Storage Buildings York, PA
ID: W15QKN25RA094Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for the construction of storage buildings in York, Pennsylvania, designated as CSS# 88870. Contractors are required to provide all necessary labor, equipment, materials, and supervision to complete the project, which includes the construction of an unheated storage building measuring 50 by 30 feet, along with associated site preparation and installation tasks. This project is set aside exclusively for small businesses, with an estimated cost ranging from $250,000 to $500,000, and requires completion within 240 calendar days from the notice to proceed. Interested contractors must attend a mandatory site visit and submit their proposals electronically, including a technical narrative and detailed cost breakdown, by the specified deadlines. For further inquiries, contact Timothy McCleary at timothy.j.mccleary.civ@army.mil or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines cost estimation components for labor, equipment, and materials relevant to fulfilling a specific project requirement within government RFPs. It includes detailed calculations, emphasizing labor hours, unit costs, total labor costs, and potential bonding requirements. Key sections address labor categories based on skill sets, indicating the necessary manhours and associated expenses for various crew types. Additionally, it outlines an equipment cost breakdown, determining total costs based on hourly rates and quantities of equipment utilized. Material costs are also specified, demonstrating how these factors coalesce to form a complete financial picture under the guidelines of federal grants and local RFPs. The overall structure includes sections for labor, equipment, and material costs, which are systematically organized to facilitate understanding of the total expenses involved in project completion. This document serves as a template for bidders to calculate their proposals accurately, ensuring compliance with established government standards and financial parameters. The clear layout prioritizes essential cost components for potential project evaluation and budgeting needs in the context of government contracting.
    The document outlines the prevailing wage determination for building construction projects in York County, Pennsylvania, including the New Cumberland Army Depot, and it is governed by the Davis-Bacon Act. It specifies wage rates applicable to various trades, emphasizing the minimum wage requirements under Executive Orders 14026 and 13658, effective depending on contract dates. For contracts initiated or extended after January 30, 2022, a minimum wage of $17.75 per hour applies, while contracts awarded between January 1, 2015, and January 29, 2022, require a $13.30 minimum wage unless adjusted by the wage determination. The wage determination includes detailed classifications and prevailing wage rates for skilled trades such as electrical work, plumbing, carpentry, and more, reflecting both union and non-union rates. Furthermore, it highlights worker protections under Executive Orders regarding paid sick leave and regulations for handling unlisted classifications. The document also outlines an appeals process related to wage determination disputes, specifying how interested parties can request reviews or appeals through the U.S. Department of Labor. Overall, this document serves as a crucial guideline for contractors and workers involved in federal construction projects, ensuring fair labor practices and compliance with wage standards.
    The proposed project focuses on constructing an unheated storage building in the designated fence area identified as CSS 88870. The specifications outline the removal of grass and the addition of stone at specific locations, with set parameters for the building dimensions of 50 by 30 feet. Furthermore, the plan includes the installation of roll-up doors and bollards, along with designated man door locations. The construction will accommodate a mechanical room, ensuring proper functionality and storage solutions. This document forms part of a federal or local request for proposals (RFP), targeting community needs for enhanced storage facilities while adhering to guidelines for procurement and construction practices.
    The document outlines the specifications and requirements for a construction project to build a storage building at York Memorial USARC in York, PA. The contractor is responsible for providing all necessary resources, including labor, equipment, and materials, while adhering to strict guidelines and timelines. Key stipulations include a mandatory on-site visit to verify dimensions, submission of a Certificate of Insurance, and compliance with environmental regulations. The work must occur during specified hours, with attention to not disrupt government operations. Safety protocols, including OSHA and NFPA compliance, must be followed, particularly regarding hazardous materials. The project's scope encompasses demo and removal of existing structures, installation of new fencing and a steel storage building, and adherence to quality control measures. Post-construction, the contractor is obligated to ensure proper waste management and site cleanup. A comprehensive Site Safety Plan addressing environmental protection, accident prevention, and compliance with federal regulations is required. The document stresses the importance of coordination with government officials to ensure minimal interference with ongoing operations. Overall, the regulations reflect the commitment of the U.S. government to maintain high standards in construction projects while ensuring safety and compliance with laws.
    The document outlines the specifications for constructing a storage building at the York Memorial USARC in Pennsylvania. The project, identified as CSS# 88870, requires the general contractor to provide all necessary resources, including labor and materials, while adhering to strict guidelines. Key responsibilities include conducting an on-site visit to verify measurements, obtaining all relevant permits, and ensuring compliance with federal, state, and local regulations, particularly concerning environmental protection and safety standards. The contractor must coordinate with project points of contact and maintain clear communication regarding work hours and site conditions. Quality control measures must be established to comply with contract specifications, including safety protocols per OSHA and other regulatory requirements. The building construction involves various tasks, such as removing existing structures, installing new fencing, and setting up utilities. The contractor is also responsible for site cleanliness and proper disposal of waste, with documentation required to demonstrate compliance. The timeline for project completion is 240 days from the notice to proceed, underscoring the importance of efficient project management while minimizing disruption to current operations at the facility. This summary reflects the structured and regulatory-focused information typical of government Request for Proposals (RFPs) or grant documentation.
    The document outlines a Request for Proposal (RFP) by the U.S. Army Contracting Command - New Jersey for the construction of storage buildings in York, PA, designated as CSS# 88870. This project is exclusively set aside for small businesses and requires contractors to provide labor, equipment, and materials for the project. The contractor must commence work within a specific timeframe and is required to complete it within 240 calendar days after receiving the notice to proceed. The estimated project cost ranges from $250,000 to $500,000. Contractors must attend a mandatory site visit scheduled for August 2025 and submit questions regarding the RFP by a specified deadline. Proposals must comprise a technical narrative and a detailed price breakdown, all submitted electronically via the Procurement Integrated Enterprise Environment (PIEE). Additionally, bidders must provide performance and payment bonds if the project value exceeds $150,000, along with a Certificate of Insurance. The evaluation criteria stipulate that the award will be made to the lowest-priced responsive and responsible offeror whose proposal meets the project's requirements. The document emphasizes adherence to various federal regulations and safety standards, showcasing the government's commitment to responsible procurement practices.
    The Army Contracting Command – New Jersey (ACC-NJ) has released a Request for Information (RFI) to engage in market research for the construction project CSS 88870 at York, PA. This effort supports the 99th Regional Support Command (RSC) and aims to identify potential Small Business contractors for a non-personal services construction contract. The selected contractor will be responsible for delivering all necessary personnel, supplies, equipment, and services for the project. The RFI serves planning purposes only and does not entail any contractual obligation from the government to make a purchase or pay for information submitted. Interested vendors are instructed to submit their details, including company information and socio-economic status, by July 1, 2025. The RFI highlights the government’s commitment to involving small businesses in defense contracting opportunities.
    Lifecycle
    Title
    Type
    Solicitation
    Presolicitation
    Similar Opportunities
    Pre-notice of forth coming solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Vertical storage unit repair and maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide repair and maintenance services for vertical storage units at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes a three-year contract for annual preventative maintenance and repair of seventeen vertical carousels and twenty-four vertical lift modules, with a total estimated value of $12,500,000. This contract is critical for ensuring the operational efficiency and longevity of the storage systems, adhering to OEM recommendations and safety standards. Interested parties must submit their quotes by December 9, 2025, and can contact Michael Pitone at michael.f.pitone.civ@army.mil or Lawrence Mark at lawrence.r.mark2.civ@army.mil for further details.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Buyer not available
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    Staging/Marshaling Area
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Staging/Marshaling Area at Fort Hood, Texas. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is designated as a Total Small Business Set-Aside under FAR 19.5. The construction of this facility is critical for supporting military operations and logistics, ensuring efficient staging and marshaling of equipment and personnel. Interested contractors should reach out to Jacqueline Cole at jacqueline.j.cole@usace.army.mil or call 314-526-1002 for further details, as the presolicitation notice indicates that additional project specifics are available in the attached documentation.
    FY23-28 General Construction Services BPA - W911S223S8000
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    Maine Air National Guard Fuel Cell Hangar Construction
    Buyer not available
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    403873 FLW AIT Barracks Complex II Phase 2
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.