Industry Day: Integrated Design and Construction (IDaC) Net-Zero Barracks
ID: W912PM24R0003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

PSC

CONSTRUCTION OF TROOP HOUSING FACILITIES (Y1FC)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for junior enlisted personnel and junior noncommissioned officers, accommodating 146 individuals with various amenities including living areas, fitness rooms, and common spaces, all designed to meet Net Zero greenhouse gas emissions standards. The contract, valued between $50 million and $100 million, will be awarded using a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due following the latest amendments. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details.

    Files
    Title
    Posted
    Similar Opportunities
    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.
    W912PM24B0008 - PN97470 - Construct Microgrid at Fort Liberty, NC
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is planning to procure construction services for the installation of an electric microgrid system at Fort Liberty, North Carolina. The microgrid system will provide emergency power to the Joint Special Operations Command (JSOC) compound and will be capable of operating independently from the Fort Liberty distribution system. The system will include a master microgrid controller, diesel generation, switchgear, transformers, and automatic transfer switches. The procurement will also include utility upgrades, erosion control measures, utility relocations, site improvement, and demolition. The project has a magnitude of construction between $20,000,000 and $50,000,000. The solicitation will be available on or about December 20, 2023, and will be offered as an unrestricted solicitation. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for an award. For more information, contact Robert N. Law at robert.n.law@usace.army.mil or John T. Hill at john.t.hill@usace.army.mil.
    FY24 H-2405 Whole House Revitalization Bldgs 680-683 MCAS Iwakuni, Japan
    Active
    Dept Of Defense
    The US Army Corps of Engineers is seeking expert engineering and construction firms to lead a specialized design-build project at Marine Corps Air Station Iwakuni, Japan. Four steel-frame buildings and two carports require comprehensive renovation and redesign, involving architectural, mechanical, and electrical components. This procurement, valued at an estimated $70 million, aims to deliver a high-quality, efficient solution while minimizing disruptions to traffic flow. Firms are invited to submit technical proposals by October 1, 2024, with a competitive acquisition process set to follow. The project holds significance in enhancing residential structures for better functionality and is expected to commence in December 2024. For more information, contact Charles Qi or Nakiba Jackson via email.
    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 exclusively set aside for small businesses and includes extensive renovations such as replacing plumbing fixtures, HVAC systems, and electrical systems, while ensuring compliance with accessibility standards. The renovation is part of the government's commitment to maintaining and upgrading military facilities, emphasizing the use of domestic materials in accordance with the Buy American Act. Interested contractors must submit their proposals electronically 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.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    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.
    ARCENT Readiness Training Center Microgrid Project - Camp Buehring, Kuwait
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a microgrid project at Camp Buehring, Kuwait, aimed at enhancing energy resilience for the ARCENT Readiness Training Center. The project involves the installation of a 700 kW solar photovoltaic system and a 1.5 MW/1.5 MWh battery energy storage system, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for improving power reliability and sustainability in military operations, reflecting the government's commitment to modernizing energy infrastructure in overseas facilities. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Jessica Stone at jessica.m.stone@usace.army.mil or by phone at 502-315-6137.
    Bio-environmental Facility - Westover ARB, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Bio-Environmental Engineering Facility at Westover Air Reserve Base in Massachusetts. This project, part of a Multiple Award Task Order Contract (MATOC), requires qualified contractors to provide design-bid-build services, adhering to strict safety and environmental standards throughout the construction process. The facility aims to enhance environmental engineering capabilities on military installations, ensuring compliance with federal regulations while prioritizing safety and functionality. Interested contractors must submit their proposals by October 21, 2024, with an estimated project cost between $5 million and $10 million. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    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.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.