Amendment 01 to the Directorate of Public Works' Statement of Work for FY25 – 113 - FE 10128 5J, concerning the repair and replacement of shingle roofs, revises specific work requirements. The amendment, dated August 14, 2025, mandates the use of "diamond-shaped, flat metal shingle, with hidden fasteners as manufactured by ATAS International, Inc. ‘Castle Top HCT160’ .032 aluminum shingles with embossed texture and KYNAR 500 finish including rolled hip caps and vented ridge caps or approved equal." Additionally, it specifies a comprehensive warranty package including a 2-year installer's warranty, 30-year coverage for paint, 20-year coverage against defects, and 20-year coverage for weathertightness, all in accordance with the manufacturer's (ATAS International, Inc.) warranty. This amendment clarifies material and warranty stipulations for the roofing project.
This document contains questions and answers regarding roof projects for Buildings 51, 112-115, which are listed on the National Register of Historic Places. Key clarifications include warranty requirements, confirming that the 20-year No Dollar Limit (NDL) warranty is not offered by ATAS, and instead, a revised warranty includes a 2-year installer's warranty, 30-year paint coverage, 20-year defect coverage, and 20-year weathertightness in accordance with the manufacturer’s warranty. Substitutions for the proprietary ATAS International, Inc. "Castle Top HCT160" metal shingles are generally not allowed due to the buildings' historic status and prior SHPO approval for matching existing installations on adjacent buildings. Any requests for prior approval for substitutions must be submitted with technical documentation proving superior performance and equal aesthetics. The document also addresses contractor access to the base, specifying normal work hours (7:30 AM to 4:30 PM MDT/MST, Monday-Friday) and the process for requesting different hours. Procedures for handling unforeseen asbestos or lead-based paint discoveries during demolition are outlined, requiring notification to the COR and potential modification approval from the Contracting Officer (KO). Lastly, any structural work beyond the scope requires immediate notification to the COR for guidance from the KO.
This document is an Invitation for Bids (IFB) W911SG-25-B-A022 for the Building 113 Repair/Replace Shingle Roof project at Fort Bliss, TX. It is a 100% competitive set-aside for HUBZone business concerns, with an estimated construction magnitude between $250,000 and $500,000. Key requirements include mandatory bid and performance/payment bonds, a firm-fixed-price contract, and the continuous presence of a superintendent who must be a direct employee of the prime contractor. Bids are due by 11:00 AM MDT on August 27, 2025, and must be submitted as hard copies to MICC-Fort Bliss. A pre-bid conference and site visit are scheduled for August 6, 2025, at 9:00 AM MDT. All questions must be submitted in writing by August 13, 2025, 10:00 AM MDT. Bidders must be registered in the System for Award Management (SAM) with the applicable NAICS code 238160 ($19 million size standard) and submit digitally signed drawings. Wage rates for El Paso County, Texas, apply, as detailed in the attached wage determination TX20250245, with a minimum wage of $17.75 per hour as of 2025.
This Invitation for Bids (IFB) W911SG-25-B-A022, issued by MICC-Fort Bliss, seeks bids for the repair and replacement of the shingle roof at Building 113, Fort Bliss, TX. This is a 100% competitive set-aside for HUBZone business concerns, with an estimated construction magnitude between $250,000 and $500,000. A firm-fixed-price (FFP) contract will be awarded based on price. A mandatory bid guarantee (20% of bid price or $3,000,000, whichever is less) and performance and payment bonds are required. A pre-bid conference and site visit are scheduled for August 6, 2025, at 9:00 AM MDT. Bids are due by August 27, 2025, at 11:00 AM MDT, and must be submitted in hard copy at MICC-Fort Bliss. Key submission requirements include a completed SF 1442, total contract price, a letter from a bonding company, the bid bond, subcontractor list, and digitally signed drawings. All bidders must be registered in the System for Award Management (SAM) with the applicable NAICS code 238160 ($19 million size standard). The project is subject to the Davis-Bacon Act, with specific wage rates outlined for El Paso County, Texas.
This document is an Invitation for Bids (IFB) W911SG-25-B-A022 for the repair and replacement of the shingle roof on Building 113 at Fort Bliss, TX. The project is a 100% competitive set-aside for HUBZone business concerns, with an estimated construction magnitude between $250,000 and $500,000. A bid guarantee and performance and payment bonds are required. Bids are due by August 27, 2025, at 11:00 AM MDT, and must be submitted as one hard copy volume. A mandatory site visit is scheduled for August 6, 2025, at 9:00 AM MDT. The contract will be a Firm-Fixed Price (FFP) type. Key requirements include using specific ATAS International, Inc. shingles due to the building's historic status, providing a superintendent who works directly for the prime contractor, and adhering to the Davis-Bacon Act wage rates for El Paso County, Texas. Bidders must be registered in the System for Award Management (SAM) and submit various documents, including a signed SF 1442, total contract price, a letter from their bonding company, a bid bond guarantee, a subcontractor list, and digitally signed drawings. Any questions must be submitted in writing by August 13, 2025.
This government file is an amendment to a solicitation/modification of a contract (W911SG25BA022) for the repair and replacement of the shingle roof at Building 113 on Fort Bliss, TX. The amendment specifically corrects the Statement of Work (SOW), changing the focus from Building 115 to Building 113. The project involves removing the existing asphalt shingle roof and installing a new metal shingle system, including wood plank deck replacement, underlayment, drip edge, gutters, and downspouts. As Building 113 is a historical building, all new materials and paint colors require approval from the Cultural Resource Manager, and work must adhere to historical preservation standards. The SOW also details requirements for hazardous material handling (asbestos and lead), site safety, quality control, utility management, and environmental compliance, emphasizing adherence to federal, state, and local regulations and standards like OSHA and UFC. Key personnel, including a Project Manager, Superintendent, and a combined Site Safety and Health Officer/Quality Control Manager, are required with specific experience and certifications.
This government file, Amendment 01 to Solicitation W911SG-25-B-A022, details modifications for a roof repair/replacement project at Building 113 on Fort Bliss, TX. The amendment incorporates RFI questions and answers, updates the Statement of Work (SOW), and adds asbestos and lead surveys to the attachment list. Key changes in the SOW include revised warranty requirements for metal shingles and a refined description of the roof system. The document also provides comprehensive instructions to bidders, outlining bid submission requirements, a pre-bid conference, site visit protocols, and formal communication procedures. Emphasizing safety and quality, the file details contractor responsibilities, personnel qualifications, utility coordination, and adherence to various regulations, including historical preservation guidelines for Building 113. All existing terms and conditions remain in effect unless explicitly changed by this amendment.
The solicitation document pertains to a construction project at Fort Bliss, TX, specifically for the repair or replacement of the roof at Building 113. It is issued as an Invitation for Bids (IFB) Number W911SG-25-B-A022, targeting HUBZone business concerns under NAICS code 238160, with a project cost estimated between $250,000 and $500,000. Bidders must provide a bid guarantee and are required to furnish performance and payment bonds. The bidding deadline is set for August 27, 2025, with a public opening at 11:00 AM. A pre-bid conference will take place on August 6, 2025, to discuss project requirements and allow site visits. The contract awarded will be a Firm-Fixed-Price (FFP) arrangement, emphasizing the necessity for a designated superintendent during the project. Bidders must comply with various federal regulations, including prevailing wage standards and minimum wage requirements under Executive Orders for federal contractors. The document delineates critical bid submission instructions, formal communication guidelines, and response deadlines for inquiries. This solicitation underscores the federal government's commitment to engaging small businesses while adhering to comprehensive project and compliance standards in the execution of federal construction contracts.
The document outlines a solicitation for bids regarding the repair and replacement of the shingle roof at Building 113 located at Fort Bliss, Texas. This Invitation for Bids (IFB), identified as W911SG-25-B-A022, sets forth requirements for a Firm Fixed Price contract aimed at responsible bidders. It is a 100% set-aside for HUBZone businesses under NAICS code 238160, with a minimum size standard of $19 million. The estimated project cost ranges from $250,000 to $500,000. Bids must be submitted by 11:00 AM MDT on August 27, 2025, with a mandatory pre-bid conference scheduled for August 6, 2025. Contractors are required to provide performance and payment bonds, and a bid guarantee, along with relevant documentation such as a letter from a bonding company and representations and certifications in line with federal regulations. Wage determinations for various trades apply to this project, ensuring compliance with labor standards. The project highlights the importance of securing bids from qualified HUBZone contractors, reflecting the government’s commitment to supporting small and underserved businesses.
The document outlines an amendment to a solicitation regarding a roofing project for the historical Building 113 at Fort Bliss, Texas. The central goal is to replace the existing asphalt shingle roof with a new metal roofing system while ensuring compliance with various building codes, historical preservation standards, and environmental regulations. Key components of the project include preserving historical features, adhering to safety and quality control standards, and managing hazardous materials like lead, with mandatory inspections and certifications.
The project timeline spans 120 calendar days post-Notice to Proceed (NTP), with detailed requirements for contractor qualifications, work safety, utilities coordination, and construction waste management. Emphasis is placed on the importance of coordination with the Cultural Resource Manager to maintain historical integrity, alongside strict environmental compliance and safety precautions to mitigate pollution and potential hazards. This document exemplifies the government's adherence to regulatory frameworks for historical preservation and safety in construction, illustrating its commitment to due diligence in public works projects.
The Directorate of Public Works at Fort Bliss, Texas, issued a Statement of Work (SOW) for the FY25-113 project, focusing on repairing and replacing the shingle roof of Building 113, a historical structure. The project involves replacing the existing asphalt shingle system with new metal shingles, including wood plank deck replacement, self-adhering underlayment, and new gutters and downspouts. All new materials and paint colors require approval from the Cultural Resource Manager due to the building's historical significance. The SOW outlines specific architectural, structural, civil, fire protection, electrical, telecommunications, and mechanical/plumbing/HVAC requirements. Additionally, the document details general requirements covering basic guidelines, key personnel (Project Manager, Superintendent, Site Safety and Health Officer, Quality Control Manager), utility coordination, hours of operation, historical property preservation, environmental compliance (including hazardous material abatement, waste management, and natural resources protection), safety protocols, quality control, and security measures. The contractor is responsible for providing all labor, materials, and services, ensuring compliance with all applicable federal, state, and local regulations, codes, and standards, including OSHA and specific military engineering manuals.
URS Corporation conducted a comprehensive asbestos and lead survey at Fort Bliss Building 113 in El Paso, TX, on October 12, 2011. The purpose was to identify, evaluate, and quantify suspect asbestos-containing materials (SACM) and assess lead-based paint. The survey, performed by a TDSHS-licensed inspector, collected 69 bulk samples. Two materials, 9"x9" white mottled vinyl floor tile with black mastic (approximately 700 sq. ft. in Room 201) and 12"x12" gray matted vinyl floor tile with black mastic (approximately 700 sq. ft. in stairways), were found to contain asbestos greater than 1%. All samples were analyzed using Polarized Light Microscopy (PLM) by XENCO Laboratories. The report emphasizes that these materials are regulated by TDSHS rules and NESHAP, requiring notification before demolition or renovation. The document also includes an inventory of asbestos-containing materials, sampling and analytical methods, and analytical results.
This government file from Fort Bliss's Directorate of Public Works (DPW) provides detailed architectural and construction specifications, primarily focusing on roofing components and their installation. The document illustrates various trim pieces and caps, including drip edges, gable trim caps, channel trims, headwall trims, rolled hip caps, rolled ridge caps, shed ridge caps, sidewall trims, and valley pans. For each component, the file specifies dimensions, fasteners (e.g., #10 x 1" wafer head screws, 9 x 1 1/2" HWH stainless steel fasteners, #10 x 2" painted hex washer head fasteners), and materials like plywood substrate (1/2" minimum), ATA-GUARD, ATA-SHIELD, and expandable/butyl sealant tape. Special attention is given to high-wind applications, requiring bearing plates, and the concealment of fasteners by Castletop panels. The document also details the integration of COR-A-VENT with certain ridge caps for ventilation. The content serves as a technical guide for construction projects at Fort Bliss, ensuring adherence to precise building standards and material usage.
The Statement of Work (SOW) for FY25-113 outlines the repair and replacement of the shingle roof at Building 113, a historical building at Fort Bliss, Texas. The project involves removing existing asphalt shingles and installing new metal shingles, including wood plank deck replacement, self-adhering underlayment, and new gutters and downspouts. All new materials and paint colors require approval from the Cultural Resource Manager. The SOW emphasizes compliance with historical preservation standards, environmental regulations, and safety protocols, including managing identified lead-containing materials. The period of performance is 120 calendar days. Key personnel, including a Project Manager, Superintendent, Site Safety and Health Officer, and Quality Control Manager, are required on-site. The project details specific requirements for architectural, structural, civil, fire protection, electrical, telecommunications, and mechanical/plumbing/HVAC aspects, ensuring adherence to all applicable federal, state, and local codes and standards.
The Directorate of Public Works (DPW) at Fort Bliss, TX, is inviting bids for the repair and replacement of the roof at Building 113 on Pershing Road. This Invitation for Bids (IFB) W911SG-25-B-A022 is a 100% HUBZone set-aside, and the government intends to award a Firm Fixed Price (FFP) contract based solely on price. A non-mandatory pre-bid conference and site visit will be held on August 6, 2025, at 9:00 AM MDT, limited to two attendees per company. All questions must be submitted in writing via email by August 13, 2025, 10:00 AM MDT. Bids are due by 11:00 AM MDT on August 27, 2025, at MICC-Fort Bliss, Room 220, 111 Pershing Rd., Fort Bliss, TX. Electronic submissions are not authorized; bids must be hard copies and include specific documents such as a cover sheet, SF 1442, pricing, bonding letters, and digitally signed drawings. Bidders must be registered in the System for Award Management (SAM) with the applicable NAICS code.
The document details a construction installation guide for various components related to a building project at Fort Bliss, specifically focusing on the installation of Castletop Panels, associated trims, and fasteners. It specifies the use of various types of fasteners, sealants, and structural components, all intended for ensuring a secure and durable construction that can withstand high wind applications. Key components include different trims (e.g., gable trim, channel trim, headwall trim) alongside installation instructions emphasizing the concealment of fasteners and proper sealing procedures. The guide indicates necessary materials and color coding for the components, and includes installation notes such as the use of stainless steel fasteners and plywood substrates. The straightforward structure aims to assist contractors in following precise technical specifications for compliance with safety and construction standards, demonstrating the rigor associated with federal construction projects. Overall, the document underscores the importance of precise installation methods in the successful execution of this project to meet military standards.
The document outlines specifications for construction and installation procedures related to the building components at Fort Bliss, managed by the Department of Public Works (DPW). It details materials and fasteners required for various panels and trims, including castletop panels, drip edges, gable trim caps, and headwall trims, emphasizing the use of specific fasteners like stainless steel and hex washer head screws. It includes instructions for installation techniques, such as concealing fasteners and applying sealants, alongside structural specifics like plywood requirements and protective measures for high wind applications. The emphasis on standard materials and construction practices indicates a focus on durability and compliance with safety standards. This document serves as a technical guideline for contractors involved in construction projects, ensuring consistency in quality and adherence to federal regulations.
The Directorate of Public Works at Fort Bliss, Texas, outlines a comprehensive plan for the repair and replacement of the shingle roof at Building 115 in its Statement of Work for FY25. The project spans 120 calendar days post-Notice to Proceed and must adhere to various regulations, including historical preservation standards, given the building's status as historical. Key objectives include the removal of the existing asphalt shingle roof and the installation of new metal shingles, along with related structural and environmental considerations.
Specific requirements entail safe construction practices around occupied spaces, verification of existing conditions, and adherence to environmental regulations, particularly concerning hazardous materials like lead. Additionally, the contractor is responsible for managing construction debris, ensuring the safety of operations, and maintaining quality control throughout the project.
All work processes must comply with federal, state, and local regulations, stressing historical significance and quality. Moreover, significant emphasis is placed on safety, requiring an Accident Prevention Plan and adherence to regulations concerning personnel management. This initiative highlights the government’s dedication to maintaining infrastructure while ensuring compliance with safety and environmental standards.
The Directorate of Public Works at Fort Bliss, TX, is soliciting bids for a firm fixed-price contract to repair or replace the roof at Building 113. Bids are due by 11:00 AM MDT on August 27, 2025, with the solicitation exclusively set aside for HUBZone contractors. A pre-bid conference is scheduled for August 6, 2025, to clarify bid requirements and conduct a site visit, which is optional but recommended. Contractors must submit their inquiries in writing by August 13, 2025, to the designated contracting office and comply with all specified formats and instructions. Notably, electronic submissions via email or fax are not permitted. The document details the required bid components, including a cover sheet, SF 1442 form, price breakdown, bonding letters, and signed drawings, emphasizing that incomplete submissions may be deemed non-responsive. The bid opening will occur at Fort Bliss, with all technical data being distributed through the SAM.gov platform. The document also indicates that the government bears no responsibility for bid preparation costs and outlines the requirement for bidders to be registered in SAM and adhere to FAR regulations. Overall, this solicitation reflects the government's structured approach to awarding contracts while ensuring compliance with acquisition regulations.
The document, General Decision Number: TX20250245, details prevailing wage rates and labor regulations for building construction projects in El Paso County, Texas, excluding single-family homes and apartments up to four stories. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts subject to the Davis-Bacon Act, with annual adjustments. The file specifies various craft classifications like Electrician, Plumber, and Ironworker, along with their hourly rates and fringes. It also provides guidance on paid sick leave for federal contractors under Executive Order 13706 and the process for appealing wage determinations, including initial decisions, reconsideration by the Wage and Hour Administrator, and appeals to the Administrative Review Board.
The document outlines wage determinations for building construction projects in El Paso County, Texas, governed by the Davis-Bacon Act and relevant Executive Orders. It specifies minimum wage rates for various construction classifications as of 2025, with rates adjusted for contracts subject to Executive Order 14026 at $17.75 per hour for new contracts or renewals, and $13.30 under Executive Order 13658 for others awarded between 2015 and 2022. Specific wage rates for skilled labor, such as electricians, plumbers, and operators, are detailed alongside required fringe benefits. It includes instructions for contractors regarding compliance with worker protections, including paid sick leave under Executive Order 13706 for contracts awarded post-2017. Additionally, the document outlines the appeals process for wage determination. This comprehensive guide serves as a critical reference for federal contractors and grants, ensuring compliance with wage and labor standards in government-funded projects while contributing to fair labor practices.