Building 110 Repairs-Big Gun Shop - Design Build Watervliet Arsensal, New York
ID: W912DS25RA013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF AMMUNITION FACILITIES (Z1EA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design-build repair of Building 110, known as the Big Gun Shop, located at the Watervliet Arsenal in New York. This project aims to address critical repairs and upgrades to the facility, which includes enhancing structural integrity, modernizing essential systems such as compressed air and fire protection, and ensuring compliance with safety and environmental regulations. The initiative reflects the Army's commitment to maintaining operational efficiency and safety within its facilities, with a project magnitude estimated between $25 million and $100 million. Proposals are due by July 23, 2025, and interested contractors should contact Mohenda R. Surage at mohenda.r.surage@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil for further details.

    Files
    Title
    Posted
    The Source Selection Plan for the Repair Building 110 project at Watervliet Arsenal, NY, outlines the requirements for contractor qualification and proposal submission. It emphasizes the necessity for firms to provide their DUNS numbers, relevant project experience, and performance evaluations from past clients, demonstrating specialized construction experience over the last decade. Contractors must detail their roles in previous projects, financial information, and references. The document includes specific forms for outlining project data, past performance questionnaires, and performance evaluation criteria, with detailed rating definitions ranging from Exceptional to Unsatisfactory for contractors' work quality, timeliness, customer satisfaction, management, cost management, safety, and overall capability. The overall purpose is to ensure that contractors bidding on government contracts adhere to rigorous standards that guarantee quality and timely delivery, enhancing accountability and performance measurement in governmental construction projects. Compliance with these guidelines is crucial for contractors seeking to secure government contracts while maintaining safety and efficiency standards.
    The FORM A1 PROPOSAL DATA SHEET is designed for organizations responding to government Requests for Proposals (RFPs) and requires detailed identification of the proposing firm(s). Key elements include the solicitation name, firm's contact information, and a Unique Entity Identifier (UEI), which is necessary for the Contractor Performance Appraisal Reporting System (CPARS). If a proposal involves a joint venture or contractor-subcontractor relationship, the document must list all associated firms alongside their respective UEIs and describe the association. Additionally, the form mandates identification of authorized negotiators with the government, requiring their names, titles, and contact details. This structure supports the government's systematic approach to procurement by ensuring that all parties are clearly identified and authorized to facilitate effective communication and negotiation throughout the proposal process.
    The document is a sample letter of commitment between a prime contractor and a subcontractor, intended for a federal contract associated with the U.S. Army Corps of Engineers. Dated in 2025, the letter addresses solicitation W912DS25RA001 for the REPAIR BUILDING 110 at the Watervliet Arsenal in New York. In this formal communication, Company B expresses its firm commitment to perform specific duties outlined in the contract if Company A Construction Services, LLC is awarded the contract. The letter includes signature lines for both companies, confirming their agreement and collaboration for this project. This type of commitment is essential in the context of government RFPs, as it demonstrates the willingness of subcontractors to fulfill obligations, vital for securing contracts and ensuring project execution under federal guidelines.
    The government solicitation solicits proposals for the design-build construction project titled "Building 110 Repairs-Big Gun Shop" at Watervliet Arsenal, New York. This project will follow a two-phase selection procedure with a focus on best value trade-offs, utilizing unrestricted full and open competition while providing a HUBZone price preference. The magnitude of the project is between $25 million to $100 million, with an expected construction duration to be determined post-award. Offerors are required to submit proposals electronically by 23 July 2025, addressing criteria including specialized experience and past performance. Phase One focuses on evaluating submitted capabilities of interested firms, shortlisting no more than five for Phase Two. Essential submission details include performance capabilities, proposals demonstrating relevant experience, and compliance with pre-hire agreements. Key evaluation factors include the offeror's response to technical specifications, projected timelines, and approaches to cost-savings and efficient scheduling. Additionally, potential bidders must comply with various Federal Acquisition Regulations and requirements concerning project labor agreements and performance bonds. Emphasis is placed on past performance evaluations and the need for clear, detailed submissions to avoid rejection due to incomplete or non-compliant proposals.
    This document pertains to Amendment 0001 of a federal solicitation related to the design-build project for Building 110 repairs at Watervliet Arsenal, New York. It primarily addresses amendments to the solicitation, including deadlines, acknowledgment procedures by offerors, and modifications to contract terms. The amendment includes updated qualifications for the Quality Control (QC) Manager, now requiring a Bachelor’s degree in engineering or a similar field, along with 10 years of construction experience and specific certifications. It also serves to clarify the submission requirements and offers a response to bidders' inquiries for informational purposes only, confirming acceptance of CPARS in place of PPQs and specifying that tabulation forms are provided with the amendment. The document emphasizes that the acknowledgment of this amendment by the specified date is crucial, as failure to do so may lead to offer rejection. Overall, it reflects procedural updates essential for bidders participating in the procurement process, ensuring compliance with federal regulations governing solicitation and contract modifications.
    The Department of the Army seeks proposals for the first phase of repairs to Building 110 in Watervliet, New York, through a Design-Build Request for Proposal (RFP). This project focuses on preserving the structural integrity and functionality of the circa 1900 manufacturing facility. The objectives include enhancing the building's envelope and upgrading critical systems such as compressed air, domestic water, steam distribution, and fire protection. The scope involves significant masonry repairs, interior refurbishments, modernization of services, and environmental controls to enhance energy efficiency, complying with sustainability and accessibility standards. Phased construction will maintain ongoing operations within the facility, emphasizing minimizing disruption. The project will incorporate a thorough site analysis, including demolition, accessibility considerations, and adherence to various regulatory codes for safety and performance standards. Overall, the initiative reflects the Army's commitment to extending the building’s useful life while ensuring compliance with federal requirements.
    The U.S. Army Corps of Engineers has issued a Request for Proposal (RFP) for the recapitalization of Building 110 at the Watervliet Arsenal, New York. This comprehensive report summarizes the building’s existing conditions across various disciplines such as life safety, hazardous materials, architectural integrity, and structural analysis. Key findings reveal significant safety hazards involving insufficient fire protection measures, deteriorating infrastructure, and the presence of asbestos and lead-based paint. Recommendations include replacing outdated wooden platforms, ensuring compliance with safety codes, and remediating hazardous materials prior to any construction activities. Furthermore, the report emphasizes enhancing accessibility, improving the building's envelope for energy efficiency, and restoring interior spaces to support operational needs. Overall, the assessment aims to guide the revitalization project, ensuring federal and state regulatory compliance while preserving the building’s historical significance and functionality.
    The Department of the Army, through the U.S. Army Corps of Engineers' New York District, has issued a Final Design-Build Request for Proposal (RFP) for the repair of Building 110 at the Watervliet Arsenal in New York, with a specific contract number and project reference for FY25. This RFP outlines critical repairs necessary to address facility deficiencies identified in prior assessments, focusing particularly on structural, electrical, and fire protection improvements. The proposal includes various appendices detailing design plans, specifications for construction materials, and safety guidelines, reflecting strong compliance with security measures due to its potentially sensitive nature. Emphasis is placed on systematic removal of existing structures and installation of new components, ensuring alignment with local and federal regulations. The document also highlights important scheduling and operational requirements to coordinate various trades involved in execution. This initiative underscores the Army's commitment to maintaining infrastructure essential for operational effectiveness and safety, aligning with federal mandates for resource management and facility upgrades across military sites.
    The U.S. Army Corps of Engineers, New York District, issues a Design-Build Request for Proposal (RFP) for repairs to Building 110 at the Watervliet Arsenal, New York. The aim is to address facility deficiencies identified in a previous assessment. The document outlines the architectural, mechanical, electrical, and plumbing requirements, highlighting the need for asbestos abatement and compliance with federal and state regulations. Key stakeholders include QPK Design and GHD, responsible for design and engineering services. Extensive drawings and design information are provided to guide contractors in the reconstruction process. Emphasis is placed on maintaining security and confidentiality, as sensitive information is contained within the proposal. The project underscores the Army's commitment to modernizing and ensuring the safety of military facilities through comprehensive upgrades, adhering to industry and regulatory standards throughout the renovation.
    The document outlines the Request for Proposal (RFP) from the U.S. Army Corps of Engineers for design-build services related to the repair and renovation of Building 110 at the Watervliet Arsenal in New York. Key components of the RFP include detailed site access and laydown plans, construction phasing, fire lane layouts, and various structural, mechanical, and plumbing plans. The project places significant emphasis on safety during construction due to the occupied nature of the facility, requiring careful coordination with existing operations. Contractors must adhere to strict guidelines concerning hazardous materials, including asbestos and lead abatement, while also addressing structural deficiencies such as column and flooring repairs. Various bid options are presented for additional works, including roofing and interior renovations. The document's complex structure consists of multiple drawings and plans that provide a comprehensive framework for contractors to follow, ensuring compliance with federal and state regulations. This initiative reflects the government's commitment to maintaining its facilities through systematic upgrades aimed at enhancing operational efficiency and safety.
    The U.S. Army Watervliet Arsenal requires a Visitor Notification and Temporary Security Identification Badge for individuals visiting the facility, as governed by AR 190-13. Visitors must be sponsored and provide two Points of Contact (POCs) alongside identification details including government ID information. Specific procedures are set for managing requests from Foreign National visitors, requiring coordination with the Intelligence & Security Office, and mandatory escorting by the sponsor. Additionally, past and present DoD employees looking to conduct commercial activities with the government must seek authorization from the Legal Office before submitting forms to the Visitor Control Center (VCC). The document specifies deadlines for submission: 24 hours for regular visits, two weeks for foreign national visits, and seven business days for commercial activities. It emphasizes the importance of timely notifications for visit approvals to avoid access delays. Additionally, the Privacy Act Statement is included, highlighting voluntary information disclosure but signaling that incomplete forms may lead to access denial. Overall, this document outlines security protocols to ensure proper visitor management within the Arsenal's premises, reinforcing compliance and safety measures for all visitors.
    Lifecycle
    Similar Opportunities
    SOLICITATION FOR LEASE - WAREHOUSE SPACE @ WATERVLIET NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 40,000 square feet of warehouse space to support operations at Watervliet Arsenal in New York. The facility must be temperature-controlled, secure, and equipped with loading docks, parking for employees and tractor-trailers, and must be located within a 4.5-mile radius of the Arsenal, with easy access to major highways. This procurement is critical for the storage of equipment and materials necessary for military operations, with a lease term of one year and nine optional renewal years, anticipated to commence no later than February 27, 2026. Interested offerors must submit their proposals by December 12, 2025, with a final offer deadline of December 19, 2025; for further inquiries, contact Michael Merkel at michael.c.merkel@usace.army.mil or Allen Roos at allen.d.roos@usace.army.mil.
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This project, part of the Academic Building Upgrade Program, aims to modernize academic facilities and address a significant shortage of instructional space by demolishing a 1955 addition and preserving the original 1911 structure, ultimately creating a state-of-the-art facility with various academic and administrative spaces. The estimated construction cost exceeds $500 million, with a planned solicitation in Summer 2026 and demolition/reconstruction commencing in early 2027. Interested firms are encouraged to submit their capabilities packages by December 23, 2025, to Brian Mannion at brian.t.mannion@usace.army.mil.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. This procurement requires the design, fabrication, installation, and training for a machine base capable of handling large workpieces, with specific dimensions and operational capabilities outlined in the Statement of Work. The machine base is critical for enhancing the manufacturing process of artillery systems, ensuring operational efficiency and precision. Proposals are due by December 16, 2025, and interested parties are encouraged to attend a site visit on December 15, 2025, to gain further insights into the project requirements; RSVP is required. For inquiries, contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or 518-266-4931.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    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.
    Watervliet Arsenal - Sheet Metal Shear
    Dept Of Defense
    The Department of Defense, specifically the Army's Watervliet Arsenal, is seeking proposals from qualified small businesses to supply a hydraulic sheet metal shear. The procurement involves one unit of a hydraulic shear with a shearing length of 52 inches, requiring a 3-phase 220V, 15HP power supply, with specifications matching Baileigh Industrial Holdings Part BA9-1007087 or an equivalent product. This equipment is crucial for the arsenal's manufacturing operations, emphasizing the importance of quality and timely delivery, as past performance will significantly influence the evaluation process. Interested vendors must submit their quotes electronically and adhere to various compliance requirements, including security policies and reporting obligations, with inquiries directed to Stephanie Webster at stephanie.a.webster8.civ@army.mil or by phone at 518-266-4368.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    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.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.