GRADING, DRAINAGE AND PAVEMENT CONSTRUCTION, MAINTENANCE, AND REPAIRS POSTWIDE FORT NOVOSEL, ALABAMA
ID: W911S025BA0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT EUSTISFORT EUSTIS, VA, 23604-5538, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting proposals for grading, drainage, and pavement construction, maintenance, and repairs at Fort Novosel, Alabama. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity contract, with a guaranteed minimum of $2,000 and a total potential value not exceeding $29,500,000 over a five-year period, contingent on exercised options. This contract encompasses a range of construction tasks, including asphalt paving and drainage work, and emphasizes compliance with safety, environmental regulations, and quality control measures. Proposals are due by March 10, 2025, at 10:00 AM EST, and interested contractors should contact Edward WojtanIII at edward.w.wojtan2.Civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the bidding schedule for Option Year 3 of a federal project involving various construction and excavation activities. It includes itemized descriptions of units required, estimated quantities, and specifics for different types of work, such as roadbed processing, excavation, and concrete structures. Each line item lists completion times (CT) for different tasks, ensuring efficient project management and adherence to regulations. The schedule encompasses a range of tasks from soil excavation to concrete pavement installation, with a focus on material measurement like cubic yards and linear feet. The purpose of this document aligns with federal and state RFP processes, aiming to solicit competitive bids from contractors while ensuring quality compliance with established guidelines. Emphasizing timely project execution, the schedule serves as a critical component in planning and managing the scope of work necessary for infrastructure development.
    The Performance Work Statement (PWS) outlines the requirements for grading, drainage, and pavement construction, maintenance, and repairs at Fort Novosel, Alabama. The contractor must provide all necessary labor, materials, supervision, and equipment to complete the tasks as directed by the Directorate of Public Works. Specific contracts will be defined in task orders under an Indefinite-Task Indefinite-Quantity approach with a one-year base period and four one-year options. The contractor must comply with various construction codes, safety regulations, and environmental protections, including obtaining necessary permits and conducting quality control measures. Key personnel must be designated, and employee conduct is mandated to reflect professionalism. Additionally, the contractor is responsible for ensuring environmental compliance, managing hazardous materials, and providing safety training for employees. Overall, the PWS emphasizes adherence to safety, quality control, environmental regulations, and effective communication with government representatives throughout the project's duration.
    The document is a request for proposal (RFP) for an Indefinite Delivery/Indefinite Quantity paving contract at Fort Novosel, Alabama. It outlines the government's intention to award one contract, with a guaranteed minimum amount of $2,000 and a total contract potential not exceeding $29,500,000 over five years, contingent on options exercised. The solicitation is part of full and open competition, and offers are due by March 10, 2025, at 10:00 AM EST. The contract encompasses various construction tasks, including asphalt paving and drainage work, as specified in the Performance Work Statement (PWS). The document includes critical sections regarding offer submission, evaluation factors, contract clauses, pricing arrangements, performance schedules, and payment terms. It stipulates inspection and acceptance procedures as well as the handling of progress payments, ensuring compliance with environmental and labor standards throughout the project's execution. This RFP exemplifies the structured approach used by the government to solicit services while ensuring compliance with federal regulations and promoting small business participation.
    The 2022 Standard Specifications for Highway Construction serves as a comprehensive guideline for the Alabama Department of Transportation (ALDOT) in drafting construction contracts. This document includes both U.S. Customary and Metric (SI) units of measurement, with stipulations that certain specifications can be amended by Special Provisions tied to individual contracts. It outlines various divisions covering general provisions, earthwork, pavement, structures, traffic control devices, and materials. The document establishes definitions for key terms relevant to construction processes, such as "Contract," "Bidder," and "Inspector," and details the requirements for bid proposals, contractor qualifications, and legal obligations. The specifications prioritize the use of safe, compliant materials while ensuring transparency in the bidding process, emphasizing the importance of thorough examinations of plans and sites before proposal submissions. This document is fundamental for maintaining quality standards and accountability in state highway projects, reflecting the state's commitment to safety and infrastructural excellence.
    Lifecycle
    Similar Opportunities
    Fort Novosel, AL Tank Inspection
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for tank inspection services at Fort Novosel, Alabama, under a combined synopsis and solicitation notice. The procurement aims to secure professional services for the inspection, cleaning, and maintenance of various aboveground storage tanks, ensuring compliance with federal, state, and local regulations. These inspections are critical for maintaining the integrity and safety of fuel storage systems, which play a vital role in military operations and environmental protection. Interested contractors must submit their proposals by March 4, 2025, at 2:00 PM CDT, and can direct inquiries to MAJ Minh Thu Vu at minhthu.t.vu@usace.army.mil or 402-995-2892.
    Roof Replacement- New Orleans District Headquarters Building
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the roof replacement of its headquarters building located in New Orleans, Louisiana. This project involves significant demolition and installation work, including concrete, insulation, roofing systems, and plumbing, with an expected contract value between $5 million and $10 million. The procurement emphasizes compliance with federal regulations, including affirmative action requirements and the necessity for contractors to be registered in the System for Award Management (SAM). Proposals are due electronically by March 3, 2025, and interested parties should direct inquiries to Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772, while also noting that site visits must be completed by February 19, 2025, and questions regarding the solicitation are due by February 20, 2025, at 10 AM CST.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including removal, installation, repair, and sealing of roofs across multiple facilities, ensuring that all work meets local policies, safety standards, and industry codes. This initiative is crucial for maintaining the integrity and watertight condition of Army buildings, with a projected contract value between $10 million and $25 million over a five-year duration, potentially extendable by six months. Interested contractors should monitor Sam.gov for the forthcoming solicitation, expected to be released by November 2024, and can direct inquiries to Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil.
    Ft Novosel, Alabama- Burger King Image Update
    Buyer not available
    The Army and Air Force Exchange Service (AAFES) is soliciting proposals for a renovation project to update the Burger King facility at Fort Novosel, Alabama, under solicitation number GNFR-FC-NVO-25-23244. The project aims to enhance the establishment's image through comprehensive interior and exterior renovations, including upgrades to mechanical and electrical systems, compliance with modern safety and accessibility standards, and adherence to federal environmental regulations. This initiative is crucial for maintaining the quality and standards expected of AAFES dining facilities, ensuring a safe and welcoming environment for service members and their families. Interested contractors should note that the estimated project cost ranges from $500,000 to $1,000,000, with a completion timeframe of 120 days from the Notice to Proceed, and proposals are due by March 21, 2025. For further inquiries, potential bidders can contact Christian Villamin at villaminc@aafes.com or by phone at 214-312-3219.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, the construction of new channels to replace existing culverts, and adherence to environmental regulations, with an estimated construction cost between $10 million and $25 million. The initiative is crucial for maintaining infrastructure integrity and operational readiness while ensuring compliance with environmental safety standards. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    Fort Johnson Horizontal MATOC HUBZone Pool
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Horizontal MATOC HUBZone Pool, a presolicitation notice for a 100% small business HUBZone set-aside contract. This opportunity involves the establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at supporting horizontal construction projects, including the design and construction of roads, bridges, and various infrastructure improvements at Fort Johnson and potentially other USACE programs within the Southwestern Division. The anticipated Request for Proposal (RFP) will be issued around March 1, 2025, with a total shared capacity of $20 million and a minimum guarantee of $2,500, and interested HUBZone firms are encouraged to monitor the SAM.gov website for updates and to ensure their registration is current. For further inquiries, contact Demetrius Brooks at demetrius.d.brooks@usace.army.mil or Robert E. Buchanan at CESWF-CT-PreawardProposal@usace.army.mil.
    Interior/Exterior Painting of Garrison Buildings
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the interior and exterior painting of Garrison Buildings at the United States Army Garrison and the United States Military Academy in West Point, New York. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a budget range of $10 million to $25 million over a five-year period, including a base year and four option years, specifically set aside for 8(a) contractors to promote small business participation. The project requires contractors to provide all necessary labor, materials, and equipment, with key tasks including surface preparation, painting, and compliance with safety and environmental standards. Interested contractors must submit sealed bids by March 11, 2025, at 3:00 PM EST, and can direct inquiries to Lakenia M. Brown at lakenia.m.brown.civ@army.mil or by phone at 520-687-8138.
    IDIQ Contract for Rental of 27-30 Inch Cutterhead Pipeline Dredge for Dredging Mobile District Navigation Projects in Alabama, Mississippi, and Florida
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking an IDIQ Contract for Rental of 27-30 Inch Cutterhead Pipeline Dredge for Dredging Mobile District Navigation Projects in Alabama, Mississippi, and Florida. This contract is for the provision of equipment, materials, supplies, and manpower required to perform dredging of the Mobile District Navigation Projects. The expected contract amount is $24M. Prospective contractors must be registered in beta.sam.gov and the System for Award Management (SAM) prior to award of this contract. The solicitation will be available for download on beta.sam.gov and will not be issued in CD-ROM format. All bid forms and documents required for bid submittal should be in both paper and electronic format using a CD-ROM. The request for information (RFI) process for bidder inquiries will be through the PROJNET internet-based system.