Fort Randall Powerhouse Restroom Rehabilitation
ID: W9128F24B0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Fort Randall Powerhouse Restroom Rehabilitation project located in Pickstown, South Dakota. The project aims to renovate existing restroom facilities to meet ADA standards, including the installation of new plumbing fixtures and the creation of a nursing room, with an estimated construction cost between $250,000 and $500,000. This initiative is crucial for enhancing accessibility and functionality within government facilities, ensuring compliance with federal regulations. Interested contractors must submit their sealed bids by September 12, 2024, and can contact Lynne D. Reed at lynne.d.reed@usace.army.mil or Jessica R. Jackson at jessica.r.jackson@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the general construction requirements for the Powerhouse Restroom Rehabilitation project at Fort Randall Dam, South Dakota. It specifies the overall scope of work, which entails rehabilitation of restroom facilities, while ensuring protection of existing structures and utilities throughout the process. The Contractor is responsible for water management, safeguarding the work area, and adhering to federal safety and sanitary regulations. Key components include the need for collaboration with other contractors, a structured order of operations for construction phases, and proper coordination to minimize disruption to existing facilities. Progress charts must be submitted for approval, detailing construction scheduling and critical tasks. The document also stipulates that the Contractor must provide portable toilets, manage airborne particles, and control workplace environmental factors. Effective communication about work hours, holidays, and safety measures is emphasized, with a focus on compliance with federal guidelines. Overall, the purpose is to ensure efficient, safe, and compliant construction practices while maintaining existing infrastructure integrity during the restroom rehabilitation project.
    The document outlines the solicitation details for the Randall Restroom Rehabilitation Project, issued by the U.S. Army Corps of Engineers. It specifies key dates, including the issuance date of July 24, 2024, and the opening date of September 12, 2024. The abstract includes bids from multiple contractors, along with the government estimate for various construction tasks. Key line items are detailed for mobilization, restroom renovations, interior room renovations, and additional work, with estimated costs reflecting bids from three different contractors. The total estimated amount for base items is reported at $495,687, while contractor bids range from a low of $593,000 to a high of $787,310. The summary indicates that all bidders have acknowledged relevant amendments and confirms the active status of registration within the System for Award Management (SAM). This bid abstract serves as an essential comparison tool for evaluating contractor offers against federal estimates in alignment with federal procurement processes.
    The document outlines the plans for the rehabilitation of the Powerhouse Restroom at Fort Randall Dam, South Dakota, facilitated by the U.S. Army Corps of Engineers. The project, associated with contract W9128F24B0007, includes the removal and replacement of existing restroom fixtures, ceilings, and finishes in accordance with modern standards and accessibility requirements. The designs entail extensive demolition work, including the removal of suspended ceilings, lighting fixtures, and plumbing lines, followed by the installation of new, compliant sanitary facilities and finishes. Notable changes include the creation of a dedicated Nursing Mothers Room and upgrades to the existing Women's and Men's Restrooms. The specifications require careful restoration of existing surfaces to maintain uniformity with adjacent areas. This rehabilitation initiative emphasizes the commitment to modernizing government facilities while ensuring functionality and compliance with safety regulations. The detailed plans and specifications serve as a reference for contractors involved in the bidding process, ensuring they understand the scope and requirements for the renovation work.
    The document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers, reflecting updates and modifications to a construction contract (ID: W9128F24B0007). The key changes include the incorporation of the updated Davis Bacon wage determination dated July 19, 2024, and a correction of the project duration to 270 calendar days. Contractors must acknowledge receipt of this amendment to avoid rejection of their offer. The document details contractual obligations, including the requirement for laborers to receive specified minimum wages as dictated by Executive Orders impacting federal contracts. Moreover, it provides updated wage rates for various construction labor classifications, with specific instructions on compliance with the Davis-Bacon Act. The amendment signifies the federal government's commitment to regulating labor conditions and ensuring fair compensation in federally funded construction projects. Overall, this document illustrates essential procedures and legal requirements associated with federal construction contracts, emphasizing compliance, wage regulations, and contract specifications.
    The document records attendance from a pre-bid meeting held by the US Army Corps of Engineers for the solicitation numbered W9128F24B0007, concerning the rehabilitation of restrooms at the Fort Randall Dam. The meeting took place on August 27, 2024, and includes a list of attendees, their email addresses, and associated organizations. Key participants are from USACE-CD and AMS, highlighting the involvement of multiple entities in the bidding process. This meeting serves to facilitate communication between the agency and prospective contractors, ensuring that all parties are informed about the project scope, requirements, and timeline. The attendance record underscores the collaborative effort required for government contracting, adhering to federal regulations and standards throughout the bidding process.
    The Powerhouse Restroom Rehabilitation project at Fort Randall Dam, SD, under Solicitation Number W9128F24B0007, focuses on renovating existing restroom facilities within the powerhouse. The contract encompasses a detailed outline of requirements, organized into various divisions. Key components include demolition, structural modifications, masonry, as well as plumbing and electrical works, ensuring compliance with safety, environmental, and quality control standards. The contractor is tasked with responsibility for site protection, water management, and adherence to federal safety requirements, particularly concerning hazardous materials removal. The project's work order specifies that restroom renovations must be completed sequentially, emphasizing the need for coordination with existing contractors to minimize operational downtime. Payment structures are outlined through specific Contract Line Item Numbers (CLINs) for effective monitoring of mobilization, renovation tasks, and overall completion. Additionally, compliance with federal regulations, including cybersecurity measures, veteran employment promotion, and proper payroll processing for labor, is mandated. The documentation and submittal procedures are prescribed to ensure all contract provisions are met thoroughly, establishing a clear path towards project completion while maintaining safety and regulatory adherence throughout the process.
    This document serves as a record of attendance for a pre-bid meeting conducted by the U.S. Army Corps of Engineers (USACE) regarding solicitation number W9128F24B0007 for the Private Office Reorganization project at Fort Randall Dam, taking place on August 1, 2024. Attendees include representatives from Wagner Building & Supply, USACE personnel, and Bang Up Construction. The meeting's primary aim is to discuss details relevant to the bidding process for the upcoming project, ensuring potential contractors understand requirements and expectations. Key participants' contact information is provided, which could facilitate future communication regarding the solicitation. This meeting is a crucial step in the procurement process, aiming to encourage qualified bids for the reorganization project at the dam.
    The Fort Randall Powerhouse Restrooms Rehabilitation project in South Dakota is a federally funded initiative aimed at improving restroom facilities at the Fort Randall Dam. This project is 100% set aside for small businesses and requires sealed bids from contractors, with bid submissions due by August 23, 2024. Key tasks include renovating the interior restrooms to meet ADA standards, updating plumbing fixtures, and constructing a nursing room. The anticipated construction cost ranges from $250,000 to $500,000. Contractors must provide performance and payment bonds and comply with various federal regulations, including the Buy American statute, which mandates the use of domestic construction materials. The government will award the contract based on a sealed bidding process, focusing on price and compliance with the scope of work outlined in the solicitation. A site visit for prospective bidders is scheduled for August 1, 2024, signaling the project’s emphasis on transparency and adherence to requirements before contract award. This solicitation serves as a critical mechanism for engaging small businesses in government-funded construction projects while ensuring compliance with federal standards and regulations.
    This document is an amendment to the solicitation for the Fort Restroom Rehabilitation project located at Fort Randall, South Dakota. The primary purpose of the amendment is to extend the submission deadline for bids from August 23, 2024, to September 5, 2024, at 2:00 PM Central Time. All other terms and conditions of the solicitation remain unchanged and in full effect. The document outlines the procedures that offerors must follow to acknowledge the amendment, stating that failure to do so may result in the rejection of their offers. It is issued by the U.S. Army Corps of Engineers, Omaha District, and includes necessary identification codes and contact details for the contracting officer. This amendment serves to ensure that potential contractors have the necessary time to prepare and submit their offers for a federal project, which reflects the typical processes involved in government Request for Proposals (RFPs). Overall, the document emphasizes the importance of compliance with submission requirements and the orderly management of public procurement processes.
    The document is an amendment to the solicitation of a contract for the rehabilitation of restrooms at the Fort Randall Powerhouse in Pickstown, South Dakota. This amendment, identified as Amendment No. 0003, updates specifications and provides details for an additional site visit scheduled for August 27, 2024. Key modifications include a revision of various construction drawings related to restroom design, which have been reissued with the latest revision date of August 21, 2024. The specifications for the project have been adjusted to include new drawing indices and attachment lists. The deadline for electronic bids is extended to September 5, 2024, and bidders must acknowledge receipt of this amendment to maintain their offer eligibility. The document concludes with contact information for those interested in attending the site visit and highlights the importance of adhering to submission guidelines. Overall, the amendment ensures prospective bidders are fully informed of the latest changes before submission of their offers.
    This document is an amendment to the solicitation for the Fort Randall Restroom Rehabilitation project in Pickstown, South Dakota, issued by the U.S. Army Corps of Engineers, Omaha District. The key purpose of Amendment No. 0004 is to extend the bid due date from September 5, 2024, to September 12, 2024, with bidders required to acknowledge this change prior to the specified deadline. Additionally, it includes modifications to the Bid Schedule and updates to bidding instructions, emphasizing the need for bidders to provide a bid guarantee in proper form—either as a bid bond, money order, or check. The amendment maintains that all other terms and conditions of the previous documents remain unchanged. The announcement also establishes a deadline for bidder inquiries, ensuring clarity and keeping the bidding process streamlined. Overall, this amendment serves as a formal notice of adjustments required for compliance with federal procurement procedures in the area of public contract bidding.
    This document is an amendment to Solicitation No. W9128F24B0007 for the Powerhouse Restroom Rehabilitation project at Fort Randall Dam, South Dakota. Issued by the U.S. Army Corps of Engineers, the amendment modifies specifications and drawings pertaining to the construction project. Key modifications include updates to the specifications and drawings, with detailed changes outlined for specific pages and sections, including revisions to demolition and floor plans for the restroom facilities. Notably, changes include the addition of new features in the Nursing Mothers Room and modifications to finish schedules. The amendment clarifies bidding procedures, with electronic bids due by 2:00 p.m. on September 12, 2024. This amendment is part of the official bidding documents, which must be acknowledged by potential bidders to ensure compliance with project requirements. Overall, the amendment contributes to enhancing project clarity and facilitating an effective bidding process while remaining consistent with the original solicitation's terms and conditions.
    Lifecycle
    Similar Opportunities
    Bank Stabilization, Spillway Channel, Oahe Dam, Pierre, SD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking bids for the stabilization of the upstream spillway channel banks at Oahe Dam in Pierre, South Dakota. The project involves significant earthwork, including excavation, installation of geotextile fabric, and placement of approximately 43,000 tons of riprap for slope protection, with an estimated construction cost between $5 million and $10 million. This initiative is crucial for maintaining the integrity of federal infrastructure and ensuring environmental compliance during construction. Interested small businesses must submit their bids electronically by September 18, 2024, and can direct inquiries to Wayne C. Weidenhamer or Nadine Catania via email.
    Bank Stabilization, Bon Homme, Lewis and Clark Lake, Gavins Point Dam Project.
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is soliciting bids from qualified small businesses for the Bon Homme Bank Stabilization project located in Bon Homme County, South Dakota, near the Gavins Point Dam. The project involves bank and slope protection along approximately 870 linear feet of shoreline on Lewis and Clark Lake, requiring contractors to implement erosion control measures, manage fluctuating lake levels, and ensure the protection of cultural resources during construction. This initiative is critical for maintaining the structural integrity of the riverbank and safeguarding the environment, with an estimated construction cost ranging from $500,000 to $1,000,000. Interested bidders must submit their proposals electronically by following the outlined requirements and can contact Wayne C. Weidenhamer or Constance Ellard for further information.
    JFSD201151 Repair (R&M) Bunch Hall Dorm 221 at Grand Forks AFB, ND
    Active
    Dept Of Defense
    The Department of Defense, through the 319th Contracting Squadron, is soliciting proposals for the comprehensive renovation of Bunch Hall Dorm 221 at Grand Forks Air Force Base, North Dakota. This project, valued between $10 million and $25 million, is designated as a Total Small Business Set-Aside and includes extensive work such as replacing plumbing fixtures, HVAC systems, and electrical systems, along with making accessibility improvements. The renovation is crucial for maintaining military facilities to meet operational standards and enhance living conditions for personnel. Interested contractors must submit their electronic proposals by September 23, 2024, and can direct inquiries to Carly J. Larson at carly.larson@us.af.mil or SrA Jhala N. Neupane at jhala.neupane@us.af.mil.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    Z--DK-AO Heart Butte Safety of Dam Modification
    Active
    Interior, Department Of The
    The United States Bureau of Reclamation is preparing for a substantial dam safety modification project at the Heart Butte Dam near Elgin, North Dakota, estimated to exceed $10 million in value. The project, titled "Z–DK–AO Heart Butte Safety of Dam Modification," is a complex civil engineering endeavor aimed at enhancing the dam's structural integrity and addressing safety concerns. This opportunity notice is released as a special announcement to engage with potential contractors and gather their insights. The Bureau aims to optimize project scheduling, reduce costs, and mitigate risks by collaborating with experienced parties early in the process. Scope of Work The scope of this project involves a comprehensive range of construction and engineering tasks. This includes installing dewatering systems, constructing a cofferdam, grouting foundation voids, and repairing concrete outlet works. Additionally, the work requires excavating parts of the existing dam, building new sand filters, and implementing a drainage system with HDPE toe-drain pipes. The Bureau of Reclamation has provided detailed technical specifications outlining the precise dimensions and elevations required for these tasks. Eligibility Criteria Given the specialized nature of the project, the Bureau is seeking contractors with a strong background in heavy and civil engineering construction. Companies with the expertise and resources for precise excavation, construction, and modification work are encouraged to apply. Eligible contractors must demonstrate an ability to adhere to stringent industry standards and quality control measures. Funding and Contract Details The estimated value of the contract is expected to exceed $10 million. The contract type and funding details are not explicitly mentioned in the provided information. However, the project's significant value and complexity suggest a substantial funding commitment from the Bureau of Reclamation. Submission Process The Bureau of Reclamation encourages interested contractors to participate in the upcoming Industry Day for a comprehensive project briefing. The event will offer a detailed overview of the project's requirements and expectations. Feedback from attendees will be welcomed, providing an opportunity to shape the formal solicitation process. Evaluation Criteria While specific evaluation criteria were not provided, the Bureau is likely to assess applicants based on their expertise, past performance on similar projects, and ability to adhere to the stringent technical specifications and quality standards outlined. Contact Information For further clarification or additional information, interested parties can contact the primary point of contact, Mitchell Frost, at mfrost@usbr.gov or via phone at 0000000000. The Bureau of Reclamation looks forward to engaging with potential contractors and sharing details of this significant dam modification project.
    RR462 Bathroom Modification
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the RR462 Bathroom Modification project at Camp Lejeune, North Carolina. The project aims to convert Storage Room 104 into a fully functional bathroom, requiring contractors to undertake architectural, plumbing, mechanical, and electrical installations while minimizing disruptions to ongoing facility operations. This initiative is part of the government's efforts to enhance facility accessibility and functionality, with an estimated project cost between $100,000 and $250,000. Interested small businesses must submit their proposals by September 12, 2024, and can direct inquiries to Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    Veterans Point Trail Rehabilitation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Veterans Point Trail Rehabilitation project located in the Black Hills National Forest, South Dakota. This project aims to restore a trail along Highway 385 near Pactola Lake Dam, ensuring safety and structural integrity while adhering to federal and state regulations. The contract, with a budget range between $250,000 and $500,000, requires contractors to submit sealed offers that meet specified technical, performance, and insurance requirements, with a proposal submission deadline set for October 7, 2024, by 5:00 P.M. EST. Interested contractors can contact Brenda Simmons at brenda.simmons@usda.gov for further information.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project entails extensive work including the replacement of pumps, motors, and controls, as well as the installation of new piping, valves, and structural components such as ladders and platforms. This rehabilitation is crucial for maintaining the operational efficiency and safety of the dam's pumping systems. The estimated contract value ranges between $5 million and $10 million, with a Request for Proposal (RFP) to be issued using the Best Value Trade-off method. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further information.
    South Fork Bunk House Well
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the South Fork Bunkhouse Well project located in South Fork, Colorado. The project entails drilling a new potable water well, conducting water quality tests, and ensuring compliance with public water system regulations, with an estimated cost between $25,000 and $100,000. This initiative is crucial for maintaining a reliable water supply in the Rio Grande National Forest while adhering to state and federal regulations. Interested contractors must submit their proposals via email by September 20, 2024, and are encouraged to conduct a site visit prior to bidding; for further inquiries, they can contact Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.