Phase 4-Johnsontown Closure Vault
ID: W912QR42204152Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is soliciting proposals for the Phase 4-Johnsontown Closure Vault project. This procurement involves construction services categorized under Other Heavy and Civil Engineering Construction, focusing on the construction of miscellaneous buildings. The successful contractor will play a crucial role in ensuring the integrity and functionality of the closure vault, which is essential for maintaining operational standards. Interested parties can find more details by logging into the PIEE system and searching for the solicitation number W912QR42204152. For inquiries, Amber Drones can be contacted at amber.l.drones@usace.army.mil or by phone at 502-315-6479.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fort Johnson Vertical Construction MATOC HUBZone Pool
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Vertical Construction MATOC HUBZone Pool, aimed at establishing a Multiple Award Task Order Contract (MATOC) for vertical construction projects at Fort Johnson, Louisiana. This presolicitation notice indicates a target of five HUBZone small businesses to compete for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will encompass various construction and renovation projects, including facilities such as a police station, flight control tower, and barracks. The anticipated contract value is $75 million, with a minimum guarantee of $2,500, and the Request for Proposal (RFP) is expected to be issued around September 30, 2024. Interested firms must ensure they are registered with the System for Award Management (SAM) and can contact Demetrius Brooks or Calvin Fogle for further information.
    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.
    WPAFB NAMRU-D Lab Support Building
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is seeking bids for the construction of a 12,300 square-foot pre-engineered metal building laboratory support facility at Wright-Patterson Air Force Base (WPAFB), Ohio. This Design-Bid-Build project aims to provide essential laboratory support infrastructure, adhering to rigorous safety and quality standards across multiple engineering disciplines, including civil, structural, and mechanical systems. The contract, estimated to range between $5 million and $10 million, is a Firm-Fixed-Price (FFP) procurement with a performance period of 595 calendar days from the Notice to Proceed. Interested contractors must submit their sealed bids electronically by October 8, 2024, and are encouraged to contact Contract Specialist Ranzel L. Merideth at Ranzel.L.Merideth@usace.army.mil for further information.
    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.
    W912QR24Q0137 - Cave Run Lake Asphalt Dam Service Access Road
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the re-surfacing of the asphalt dam service access road at Cave Run Lake in Morehead, Kentucky. The project involves leveling and wedging the existing pavement and applying a 2-inch overlay of new surface asphalt, adhering to the Kentucky Department of Highways Standard Specification for Road and Bridge Construction. This construction opportunity, estimated to cost between $25,000 and $100,000, is set aside exclusively for small businesses under NAICS Code 237310, which has a size standard of $45 million. Interested contractors must submit their quotes by September 23, 2024, at 10:00 AM Eastern Time and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or Richard Van De Linde at richard.vandelinde@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.
    Phase 1 RFP W912DW-24-R-0028 Design-Build P202 Parachute Survival Training Facility, Joint Base Lewis-McChord, Washington
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build of the P202 Parachute Survival Training Facility at Joint Base Lewis-McChord, Washington, under Phase 1 of a two-phase project. This procurement aims to construct a facility that will enhance parachute survival training capabilities for military personnel, ensuring they receive the necessary training in a specialized environment. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors can reach out to Kyla Couch at kyla.m.couch@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further details, as amendments to the solicitation have already been issued.
    Information System Facility Phase II
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of Phase II supporting facilities for the previously awarded Information Systems Facility at Fort Worth. This project encompasses the development of an Administrative Facility, Organizational Vehicle Parking Lot, Parking Lot Lighting, Covered Storage Building, extension of Kentucky Avenue, landscaping, and all associated site work outside the 5-foot line of supporting facilities. The construction is vital for enhancing operational capabilities and infrastructure at the site. Proposals are due by September 18, 2024, at 2:00 PM, and interested parties can contact Vernon Valigura at vernon.n.valigura2@usace.army.mil or Robert Buchanan at robert.e.buchanan@usace.army.mil for further information.
    Tom Jenkins Service Bridge Corbel Reinforcement Anchors and Expansion Bearing Rehabilitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting contractors for the Tom Jenkins Service Bridge Corbel Reinforcement Anchors and Expansion Bearing Rehabilitation project located in Glouster, OH. The contractor will be responsible for providing all necessary materials, equipment, labor, and supervision to complete the rehabilitation work as outlined in solicitation W91237-24-B-0007. This project is critical for maintaining the structural integrity and safety of the Tom Jenkins Dam, which plays a vital role in local infrastructure. Interested contractors can reach out to Leslie Rowe at leslie.a.rowe@usace.army.mil or call 304-399-5702 for further details regarding the procurement process.
    PSXE 242030 Repair Joint Seals & Water Tank
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of joint seals and a water tank at the 134th Air Refueling Wing located at McGhee Tyson Air National Guard Base in Louisville, Tennessee. This project, designated as PSXE 242030, is a Total Small Business Set-Aside and requires contractors to provide labor, materials, and equipment necessary for the repairs, with an estimated project cost between $500,000 and $1,000,000. The work is critical for maintaining military infrastructure and supporting air refueling operations, emphasizing compliance with federal regulations and quality standards. Interested bidders must submit their proposals by 10:00 AM (EST) on September 24, 2024, and can direct inquiries to primary contacts Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil.