Temporary Wall Replacement at Denison Powerhouse, Denison, TX
ID: W912BV24R0103Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)
Timeline
  1. 1
    Posted Jun 10, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 7:00 AM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting bids for the Temporary Wall Replacement project at the Denison Powerhouse in Denison, TX. This contract involves the demolition and disposal of existing structures, including a temporary wall and wood plank flooring, as well as the design and construction of a new permanent wall and floor grating system, all while ensuring no modifications to the existing powerhouse structure. This project is critical for maintaining the operational integrity of the hydro power facility and ensuring safety during construction. Interested contractors should note that the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) process, with a performance timeline of up to 730 days post-Notice to Proceed. For further inquiries, contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.

Files
Title
Posted
Apr 9, 2025, 1:09 PM UTC
The document outlines a Request for Information (RFI) regarding a wall replacement project at a hydro power facility. The primary focus is on the commissioning processes, design coordination meetings, government-furnished materials, field offices, fire protection during construction, and the logistics of moving materials through the powerhouse. Key inquiries address whether commissioning is necessary for wall replacement, the number of in-person design meetings, the role of onsite personnel, and specifications regarding temporary fire protection. The contractor seeks clarification on the movement of construction materials, parameters for the new wainscotting wall installation, specifications for a new door, and access for crane operations. The responses state that commissioning is not strictly required, but all equipment must be installed per instructions. A single job trailer is acceptable with dedicated QC space, and moving materials through the powerhouse using push carts is permissible. Overall, this document emphasizes the project's regulatory compliance, safety considerations, and procedural clarity crucial for successful completion of the wall replacement initiative.
Apr 9, 2025, 1:09 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Denison Powerhouse Janitorial Service (Base and 4 Option Years)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide janitorial services at the Denison Powerhouse located at Lake Texoma in Denison, Texas. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This contract is a 100% Small Business set-aside under NAICS Code 561720, emphasizing the importance of supporting small businesses in government contracting. The solicitation is expected to be issued around April 15, 2025, and interested contractors must ensure they have an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential bidders can contact Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079.
CSS 98543 - Wall and Stair Rebuild - Fort Totten, NY
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting bids for the Wall and Stair Rebuild project at Fort Totten, NY. This procurement involves a firm fixed price contract aimed at the reconstruction of walls and stairs, with a focus on meeting the requirements outlined in the attached Statement of Work (SOW). The project is categorized under the Commercial and Institutional Building Construction industry, emphasizing the importance of maintaining and enhancing military infrastructure. Interested small businesses must respond to the solicitation by the specified deadline, with the estimated contract start date projected for June 27, 2025. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
Building 110 Repairs – D-B Phase 1 at Watervliet Arsenal (WVA), New York
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the Design-Build Phase 1 repairs of Building 110 at Watervliet Arsenal (WVA), New York. The project involves extensive renovations, including the replacement of exterior doors, sealing air infiltration points, cleaning and restoring interior surfaces, and upgrading HVAC and electrical systems, with a focus on meeting historic preservation standards and improving energy efficiency. This opportunity is crucial for maintaining the operational integrity of the facility, with an anticipated construction magnitude between $25 million and $100 million. Interested businesses, particularly small businesses including 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Businesses, must submit their qualifications and examples of relevant experience by 4 PM EST on May 7, 2025, to the primary contact, Mohenda R. Surage, at mohenda.r.surage@usace.army.mil.
Fort Peck PH 1 Surge Tank Roof Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking contractors for the Fort Peck PH 1 Surge Tank Roof Replacement project in Montana. This project involves the complete restoration of the Surge Tank roof at the Ft. Peck Powerhouse, originally constructed in the 1940s, to comply with historical preservation standards, including the removal of existing roofing materials and replacement with historically accurate Ludowici clay tiles. The estimated construction cost ranges from $1 million to $5 million, with a solicitation expected to be issued on or about May 5, 2025, and closing around June 4, 2024. Interested contractors should contact Lynne D. Reed at lynne.d.reed@usace.army.mil or 402-995-2039 for further details and ensure they are registered in the System for Award Management (SAM) to access solicitation documents.
WHITNEY POINT REGULATING OUTLET (RO) REHABILITATION, BROOME COUNTY, NEW YORK
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking proposals for the rehabilitation of the Whitney Point Lake regulating outlet located in Broome County, New York. This project involves extensive construction work, including the fabrication and installation of new bulkheads, service and emergency regulating outlet gates, trashracks, and various associated machinery and electrical components. The rehabilitation is crucial for maintaining the operational integrity and safety of the dam infrastructure. The anticipated contract value is between $10 million and $25 million, with an official Request for Proposal (RFP) expected to be posted around May 9, 2025, and a site visit tentatively scheduled for June 3, 2025. Interested offerors must register in the Procurement Integrated Enterprise Environment (PIEE) to submit proposals, and inquiries can be directed to Rosemarie Rollins at rosemarie.e.rollins@usace.army.mil or Sharon Alexander at sharon.l.alexander@usace.army.mil.
Renovate Motorpool Bldg. 4351, Fort Cavazos, Texas
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the renovation of the Motorpool Building 4351 at Fort Cavazos, Texas. This project involves the design and construction of a Tactical Equipment Maintenance Facility (TEMF), which includes multiple buildings such as a Vehicle Maintenance Shop, Storage, Dispatch Building, Oil Storage, and several Grease Racks. The renovation is crucial for maintaining operational readiness and efficiency in military vehicle maintenance. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Richard Feller at richard.feller@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
HLD EIM Generator Electrical Supply
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the supply of electrical products for the HLD EIM Generator project at Ice Harbor Dam. This procurement specifically seeks materials such as cabling, conduit, and various electrical supplies, which must comply with established technical specifications and Federal Acquisition Regulations (FAR). The awarded contract will prioritize Women-Owned Small Businesses (WOSB) and will be based on the lowest price that meets all solicitation requirements, with bids due by April 28, 2025. Interested vendors can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. The procurement aims to enhance the safety and structural integrity of the dam, addressing critical issues identified in previous assessments, including internal erosion and geological stability concerns. This project is significant for maintaining infrastructure resilience and ensuring compliance with federal safety regulations, reflecting the government's commitment to public safety and environmental stewardship. Interested contractors must submit their proposals electronically by April 18, 2025, and can direct inquiries to Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.
Ft. Wainwright Partition Installment
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Little Rock District, is seeking qualified small businesses for the replacement of accordion-type portable partition walls at Fort Wainwright, Alaska. The project involves the installation of new partitions with a Sound Transmission Class (STC) rating of 51 or 52, which must also be fireproof rated, along with the disposal of the existing partitions in various classrooms. This procurement is crucial for maintaining the functionality and safety of the Army Community Hospital's educational spaces. Interested contractors are encouraged to respond to this sources sought notice by emailing Timothy Pighee at timothy.a.pighee@usace.army.mil, as responses will inform the government's acquisition decisions; however, this notice is not a solicitation for proposals.
Demolition B9118
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 9118 at Dyess Air Force Base in Texas. Contractors are required to provide all necessary labor, materials, tools, and supervision for the demolition, which includes specific tasks such as removing a transformer, cutting and capping plumbing and gas lines, and disposing of demolished materials off base. This project is a total small business set-aside, with a budget estimated between $250,000 and $500,000, contingent upon the availability of appropriated funds. Proposals must be submitted by May 1, 2025, and interested vendors are encouraged to attend an optional site visit on April 14, 2025, with prior registration required for base access. For further inquiries, contractors can contact Abigail Noe at abigail.noe.1@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.