Request for Information (RFI) for Masonry Target Wall for ERDC GSL
ID: W912HZ25I0331Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Masonry Contractors (238140)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking information from qualified vendors for the construction of masonry target walls at the Big Black Test Site in Vicksburg, Mississippi. The project involves constructing multiple 8 ft x 8 ft masonry wall sections within steel frames, adhering to stringent quality control and testing protocols as outlined in the attached Draft Performance Work Statement (PWS). This construction is critical for establishing robust masonry structures for military use, with a contract expected to be awarded as a Firm Fixed Price (FFP) arrangement. Interested parties must submit their responses, including company details and projected costs, by 3:00 PM CST on April 15, 2025, to Jennifer Hoben and David Ammermann via email.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 9:05 PM UTC
The document outlines the Performance Work Statement (PWS) for masonry target wall construction at the US Army Corps of Engineers Research and Development Center (ERDC) in Vicksburg, MS. The project involves constructing three types of masonry walls: a triple wythe brick wall, lightly reinforced, and heavily reinforced CMU walls, using specified materials and methods. ERDC will provide the necessary bricks, mortar, and other materials, while the contractor must supply all required equipment and maintain detailed construction logs. The construction must adhere to stringent quality control and testing protocols, including mortar sample fabrication for strength testing. A period of performance begins three weeks after contract award, with allowances for weather-related delays. Compliance with government safety regulations during construction is mandatory. Inspections will ensure adherence to contract specifications, signifying the overall goal of establishing robust masonry structures for military use. Overall, this PWS is critical in guiding contractors to meet military standards while delivering quality construction at the designated site.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
HQ - Building Exterior Brick Repair
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the HQ Building Exterior Brick Repair project in Walla Walla, Oregon. The scope of work includes replacing fractured or spalled bricks, repairing or replacing damaged sealant in mortar joints, cleaning exterior surfaces, and applying a water repellent coating to the brick masonry and architectural precast concrete façade. This project is crucial for maintaining the structural integrity and aesthetic appearance of the HQ Building, ensuring compliance with safety and health standards as outlined in the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Interested contractors can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further details.
Temporary Wall Replacement at Denison Powerhouse, Denison, TX
Buyer not available
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.
MVD Levee Requirements for FY 25
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
East St. Louis Design Deficiency BP12 Phase 2
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking interested and capable businesses for the East St. Louis Design Deficiency BP12 Phase 2 project, focusing on construction work related to the MESD levee system in East St. Louis, IL. The project entails the construction of 34 t-type relief wells, reinforced concrete manholes, associated piping systems, temporary braced steel shoring systems, and other related infrastructure, requiring close coordination with railroads and the creation of detention ponds. This procurement is critical for enhancing the levee system's functionality and safety, ensuring effective water management in the area. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil or 314-331-8621, or Tracy Tenholder at tracy.n.tenholder@usace.army.mil or 314-331-8257 for further details.
Automated Mat Casting Facility at Richardson Landing
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Memphis District, is seeking contractors for the construction of an Automated Mat Casting Facility at Richardson Landing in Drummonds, Tipton County, Tennessee. This facility will be utilized to cast articulated concrete mattresses, which are critical for various engineering and construction applications, particularly in flood control and erosion prevention. Interested contractors should reach out to Monica Pitchford at monica.a.pitchford@usace.army.mil or call 901-544-0838 for further details. The procurement process is currently open, and potential bidders are encouraged to prepare their proposals accordingly.
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.
MDA VBIV Ground Test Facility Infrastructure
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking contractors for the MDA VBIV Ground Test Facility Infrastructure project. This procurement involves the construction of commercial and institutional buildings, specifically aimed at enhancing the infrastructure necessary for ground testing operations. The successful contractor will play a crucial role in supporting defense initiatives by providing essential facilities that contribute to military readiness and operational capabilities. Interested parties can reach out to Stephanie Scalise at stephanie.m.scalise@usace.army.mil or call 251-690-2478 for further details, while Jessica Raulerson is also available at jessica.raulerson@usace.army.mil or 251-690-2486 for additional inquiries.
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.
USACE SPK DB/DBB Construction MATOC, for Sacramento Corps of Engineers district.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice to gauge interest and capabilities for a Multiple Award Task Order Contract (MATOC) focused on design-bid-build and design-build construction projects. The anticipated MATOC will support a variety of construction needs, including the development of commercial and institutional buildings, with a total capacity of $499 million over five years, addressing projects such as office buildings, barracks, and data centers. This procurement is crucial for ensuring adequate competition among small businesses, including those in various socioeconomic categories, as the government seeks to understand market capabilities and potential sources for upcoming construction contracts. Interested contractors are encouraged to submit capability statements by May 12, 2025, to the primary contact, Melita Doyle, at melita.s.doyle@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.