Notice of Intent-LEED Design Certification AIT DFAC, Fort Sill, OK
ID: W912BV24QCR14-NOIType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

SUPPORT- PROFESSIONAL: CERTIFICATIONS AND ACCREDITATIONS (OTHER THAN EDUC OR INFO TECH C&A) (R420)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, intends to issue a sole source purchase order for LEED Silver Certification services at the AIT DFAC facility in Fort Sill, Oklahoma. This procurement is mandated by the Sustainable Design and Development policy update and AR420-1, which emphasizes the importance of sustainable building practices within Army facilities. The contract will be awarded on a Firm Fixed Price basis, with a small business size standard of $45 million, and interested firms must submit their capability documentation to the Contract Specialist, Cheyenne Redemann, by 2:00 p.m. CT on September 24, 2024, to be considered for this opportunity.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent-LEED Design Certification, F-35 Hangar, Ebbing ANGB, AR
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, intends to issue a sole source purchase order for LEED Silver Certification for the F-35 Hangar at Ebbing Air National Guard Base in Fort Smith, Arkansas. This procurement is mandated by the Sustainable Design and Development policy and Army Facilities Management regulations, emphasizing the importance of sustainable construction practices. The contract will be awarded on a Firm Fixed Price basis to Green Business Certification, Inc. (GBCI), with a deadline for interested firms to submit their capability documentation by 2:00 p.m. CT on September 24, 2024. For further inquiries, interested parties can contact Cheyenne Redemann at Cheyenne.A.Redemann@usace.army.mil or by phone at 918-669-7073.
    Architect/Engineer Services for one (1) Single Award Task Order Contract (SATOC) Indefinite Delivery/Indefinite Quantity in support of roof and building envelope design, evaluation, and analysis services in support of Louisville District customers.
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide comprehensive roof and building envelope design, evaluation, and analysis services under a Single Award Task Order Contract (SATOC) with a maximum cumulative value of $15 million. The contract, which spans five years, will focus on various architect-engineer services primarily for roofing and building envelope repair and replacement for Army Reserve projects nationwide, including U.S. territories. The selected firm will be responsible for producing designs, conducting site assessments, and managing construction-related activities, with individual task orders estimated between $150,000 and $6 million. Interested firms must submit their qualifications and past performance questionnaires by 2:00 PM Eastern on October 7, 2024, and can direct inquiries to Alex Hamilton at alex.j.hamilton@usace.army.mil or by phone at 502-315-6252.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.
    Temporary Wall Replacement at Denison Powerhouse, Denison, TX
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting bids for the Temporary Wall Replacement project at the Denison Powerhouse in Denison, TX. This contract involves the demolition and disposal of existing structures, including a temporary wall and wood plank flooring, as well as the design and construction of a new permanent wall and floor grating system that integrates with the existing powerhouse without requiring structural modifications. The project is critical for maintaining the structural integrity and safety of the facility, and it is being offered as a Firm-Fixed Price (FFP) contract under a competitive solicitation process. Interested contractors must commence work within 10 days of receiving the Notice to Proceed and complete the project within 730 days, with provisions for liquidated damages for delays. For further inquiries, potential bidders can contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.
    Fort Johnson Vertical Constructon MATOC 8a Pool
    Active
    Dept Of Defense
    This is a Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY's W076 ENDIST FT WORTH office for a 100% Small Business 8(a) Set-Aside contract, targeting 8(a) firms nationwide. The procurement is for a Fort Johnson Vertical Construction Multiple Award Task Order Contract (MATOC) in Louisiana, with a focus on commercial and institutional building construction (NAICS code 236220). The contract aims to establish an IDIQ MATOC for up to five small businesses, with a shared capacity of $95M, primarily to support facilities construction and repair at Fort Johnson (formerly Fort Polk), though it may also support other USACE programs within the Southwestern Division. The construction program will involve various projects like police stations, flight control towers, and maintenance facilities, encompassing both Design-Build and Design-Bid-Build methods. The RFP is expected to be issued around April 29, 2024, and the contract will have a base period of seven years. Task orders will be issued as Firm Fixed Price or Fixed Price Incentive Firm, and each awardee will have a fair chance to compete for them. The minimum guarantee amount is $2,500, and contractors must adhere to Davis-Bacon Act wage and benefit requirements. Interested firms must be registered in SAM.gov and monitor the website for solicitation amendments.
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is planning to award a Firm Fixed Price contract for the design and construction of three new training facilities at Fort Liberty, North Carolina, under solicitation W912PM24R0013. The project aims to create facilities that simulate a city hall, a residence, and a laboratory for Special Operations Forces (SOF), incorporating Low Impact Development features and adhering to various Department of Defense criteria, including Anti-Terrorism/Force Protection standards. The estimated construction cost ranges between $1,000,000 and $5,000,000, with the solicitation expected to be available in electronic format on or about September 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert N. Law at robert.n.law@usace.army.mil for further information.
    HQ Building Maintenance
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking maintenance services for the Headquarters Building located in Walla Walla, Washington. The service contract includes the operation, maintenance, and repair of equipment and systems within the building. The contract will be for one base year with four option years. The scope of work includes maintenance of architectural, structural, mechanical, electrical, plumbing, fire protection, life safety, HVAC, and UPS systems. The contractor will also be responsible for site maintenance. The solicitation is expected to be released in July 2019 with an anticipated award in August 2019. The contract is open to 100% total small business concerns.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.
    Professional Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is preparing to issue a Request for Proposal (RFP) for Professional Services related to Program Management Support and various other planning and management services. The procurement aims to assist the Army Reserve Installation Management Directorate and the Office of the Chief Army Reserves in their military programs across the United States and Puerto Rico. This opportunity is set aside for small businesses and will involve the award of up to three Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price contracts, with a duration of six years from the contract award date. Interested parties should prepare to submit proposals that demonstrate past experience, performance, and quality management systems, with the solicitation anticipated to be released around October 15, 2024. For further inquiries, contact Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.
    W912QR24R0083 - AE Geotechnical Services IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide geotechnical engineering services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The selected firm will be responsible for a range of activities including soil and rock drilling, geotechnical evaluations, laboratory testing, and stability analyses within the Louisville District Military Mission Boundaries. This contract, valued at up to $5 million over a five-year period, will be awarded based on demonstrated competence and qualifications, with task orders ranging from $25,000 to $400,000. Interested firms must submit their qualifications by 10:00 a.m. Eastern on October 11, 2024, and can contact Adyson Medley at adyson.medley@usace.army.mil for further information.