Teichert-Odin JV awarded $15M contract to obtain and transport seepage berm material

Teichert-Odin JV, Sacramento, California, was awarded a $15,017,850 modification (P00009) to contract W91238-20-C-0002 to obtain and transport seepage berm material. Work will be performed in Sacramento, California, with an estimated completion date of May 29, 2023. Fiscal 2022 civil works funds in the amount of $15,017,850 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

TEICHERT-ODIN, A JOINT VENTURE is an entity operating in Sacramento, California registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on August 26, 2019 with Unique Entity ID (UEI) #U5B2ENML7TD1, activated on January 13, 2022, expiring on February 10, 2023, and the business was started on August 22, 2019. The registered business location is at 3500 American River Dr, Sacramento, CA 95864-5802. The current status is Active. The entity structure is 2K – Partnership or Limited Liability Partnership. The business types are 2X – For Profit Organization. The officers of the entity include Sean Collins. (www.opengovus.com

SOURCES SOUGHT: FY22 Repair Building 118, Wheeler Army Airfield, Oahu, Hawaii

THIS SOURCES SOUGHT NOTICE is for informational purposes only.  THE SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID.

The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the FY22 Repair Building 118, Wheeler Army Airfield, Oahu, Hawaii.  NO SOLICITATION IS CURRENTLY AVAILABLE.

Project Description:

The purpose of this project is to repair or replace deteriorated and failing building components. Work includes the demolition and repair of existing interior walls and/or interior finishes, replacement of failing HVAC, lighting, electrical, communication, fire alarm, and plumbing. Repair work for B118 shall meet or exceed UEPH Army Standards (10 Jul 2012) and conform to Standard Design layout per 2/1 Market Style Plan (20 Apr 2012) to the maximum extent possible.

Magnitude is $25M – $50M

Interested PRIME CONTRACTORS should submit the following:

  1. Narrative demonstrating design-bid-build experience in similar type of work with a contract award amount of $20M at a remote location with a limited footprint next to existing/occupied facilities in a populated area.
  2. If the design-bid-build experience from paragraph a above was not in a remote location with a limited footprint next to an existing building in a populated, provide construction experience working at a location comparable in setting to Wheeler Army Airfield, Oahu, Hawaii.
  3. Bonding capability for a single contract action of at least $25M and aggregate of at least $50M by the interested prime contractor.
  4. UEI and CAGE CODE, Expiration date in SAM.GOV.
  5. Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19.

Interested Small Business Subcontractors should submit the following:

  1. Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed.
  2. The size of the crew(s) available to perform work.
  3. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business
  4. UEI and CAGE CODE, Expiration date in SAM.GOV.

Narratives shall be no longer than two (2) pages.

Email responses are required.  Responses are to be sent via email to colin.k.waki@usace.army.mil and kent.a.tamai@usace.army.mil no later than January 18, 2023, 2:00 p.m. Hawaii Standard Time.

Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE.  It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.

  • Original Set Aside: 
  • Product Service Code: Z2JZ – REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Wheeler Army Airfield , HI USA

Full details via beta.sa.gov

Guidon MES JV II LLC, awarded $47M contract for various architect-engineering design service

Guidon MES JV II LLC,* Indianapolis, Indiana, was awarded a $47,000,000 firm-fixed-price contract for various architect-engineering design services predominately in support of the Veterans’ Affairs Medical Center in Puerto Rico. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 14, 2032. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-23-D-2000).

GUIDON MES JV II LLC is an entity operating in Indianapolis, Indiana registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on April 21, 2021 with Unique Entity ID (UEI) #D6EFT8BH8L88, activated on November 17, 2022, expiring on November 15, 2023, and the business was started on April 12, 2021. The registered business location is at 1221 N Pennsylvania St, Indianapolis, IN 46202-2410. The current status is Active. The entity structure is 2K – Partnership or Limited Liability Partnership. The business types are 27 – Self Certified Small Disadvantaged Business, 2X – For Profit Organization, A5 – Veteran Owned Business, LJ – Limited Liability Company, QF – Service Disabled Veteran Owned Business. The officers of the entity include Luke J Leising (PRESIDENT), Tim King (MARKETING). (www.opengovus.com

SOURCES SOUGHT: General Maintenance, Supply, and Personal Protective Equipment Items

THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT, NOR IS IT A REQUEST FOR PROPOSAL. THIS REQUEST DOES NOT OBLIGATE THE GOVERNMENT TO ANY CONTRACT AWARD.

The U.S. Army Corps of Engineers, Vicksburg District (USACE-MVK) intends to establish multiple blanket purchase agreements (BPAs) to facilitate the procurement of various industrial supplies. The intent of this sources sought is to obtain interested contractor capability statements to assist with market research.

The attached draft statement of work is for information purposes only and is subject to change. USACE-MVK is requesting capability statements from all qualified and interested Small Businesses to participate in a solicitation for the supply and delivery of various industrial hardware supplies.  The supplies will be required on an as needed basis to support the offices/branches within the Vicksburg District.  Refer to the attached example supply list for potential supplies that will be required (this is not an inclusive list); similar items not included on the list may be required. Contractors will be responsible for shipping coordination and all related costs.  Shipping addresses will be provided for each specific order.

The NAICS Code for the proposed acquisition is 332510, Hardware Manufacturing, and the small business size standard is 750 employees.

The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements, as indicated in this posting and the attached draft statement of work and example supply list to submit a capability statement consisting of the information listed below. Appropriate documentation, literature, brochures, and past performance information with references should be included. Past performance documentation shall include contact names, as well as a description of the supplies provided, contract type (i.e., fixed price or cost), and dollar value. The company’s CAGE Code shall be included with the submission.

The capabilities statement for the sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing or developed expertise and experience in relation to the attached statement of work and example supply list.  Any brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Vicksburg District in tailoring requirements to be consistent with industry capabilities. This sources sought request is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information requested. After completing its analysis, the Government will determine whether to set-aside for a specific socioeconomic contracting program or full and open competition. Respondents will not be notified of the Sources Sought results.

All interested firms have until Wednesday, 21 December 2022, 12:00 p.m. (central time) to submit the following information:

1. Please provide your company name, address, point of contact with corresponding phone number, e-mail address, and CAGE code.

2. identify the small business socioeconomic categories of your business under NAICS 332510.

3. Evidence of capabilities to perform comparable/relevant work on three recent projects (not more than five years old). Include project name and key/salient features of the project; completion date, total contract value, and your company’s level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation.

4. If your company is not currently providing these types of supplies, has your company had experience in the last 5 years providing these types of supplies?

5. What does your company specialize in?

6. What experience does your company have with Government contracts?

Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered. Electronic submissions via email are preferred. Facsimile submissions will not be accepted. Phone calls will NOT be accepted. Responses to this Sources Sought should be emailed to JEFFREY.L.SMITH-LYON@USACE.ARMY.MIL. Email shall be titled Sources Sought for W912EE23S0002.  Responses must be received no later than 21 December 2022, 2:00 p.m. (central time).

  • Original Set Aside: 
  • Product Service Code: 5340 – HARDWARE, COMMERCIAL
  • NAICS Code: 332510 – Hardware Manufacturing
  • Place of Performance: Vicksburg , MS 39180 USA

Full details via beta.sam.gov

APTIM Federal Services LLC awarded $12M contract for recurring maintenance and minor repair of petroleum systems

APTIM Federal Services LLC, Baton Rouge, Louisiana, was awarded a $12,921,740 modification (P00002) to contract W912DY-21-F-0015 for recurring maintenance and minor repair of petroleum systems. Work will be performed in Tamuning, Guam, with an estimated completion date of Dec. 31, 2023. Fiscal 2023 revolving funds in the amount of $12,921,740 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Aptim Federal Services, LLC is an entity registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity number is #JT9NZ8J1KQF5. The business address is 4171 Essen Ln, Baton Rouge, LA 70809-2157. The point of contact name is Jim Brixius. (www.opengovus.com

Bryan Construction awarded $39M contract to construct an addition to Building 8205

Bryan Construction, Colorado Springs, Colorado, was awarded a $39,953,050 firm-fixed-price contract to construct an addition to Building 8205. Bids were solicited via the internet with four received. Work will be performed at Ellsworth Air Force Base, South Dakota, with an estimated completion date of April 12, 2024. Fiscal 2020 military construction, Air Force funds in the amount of $39,953,050 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-C-0002).

Bryan Construction – Federal Contracting Inc is an entity registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity number is #UXSBJ33DSAH5. The business address is 5475 Tech Center Dr, Ste 300, Colorado Springs, CO 80919-2338. The point of contact name is Brian Beck. (www.opengovus.com

Nan Inc. awarded $44M contract to construct a child development center building

Nan Inc., Honolulu, Hawaii, was awarded a $44,698,307 firm-fixed-price contract to construct a child development center building. Bids were solicited via the internet with four received. Work will be performed in Schofield Barracks, Hawaii, with an estimated completion date of March 27, 2026. Fiscal 2023 military construction, Army funds in the amount of $44,698,307 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-23-C-0001).

Ocean House Builders · Nan, Inc. is an entity registered with the . The corporation number is #J1P1SQSCUYK6. The business address is 636 Laumaka St, Honolulu, HI 96819-2312, USA. The point of contact name is Fooney Freestone.(www.opengovus.com

Coho Construction Management LLC, awarded $23M contract for upgrades and replacements for outdated proprietary digital phone sets

Coho Construction Management LLC, Anchorage, Alaska, was awarded a $23,498,670 firm-fixed-price contract for upgrades and replacements for outdated proprietary digital phone sets and old circuit-switched technology. Bids were solicited via the internet with one received. Work will be performed in Oceanside, California, with an estimated completion date of Sept. 29, 2025. Fiscal 2022 procurement, defense-wide funds in the amount of $23,498,699 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-22-C-0027).

Coho Construction Management, LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #FZ69K4JMMWA3. The business address is 1577 C St Ste 300f, Anchorage, AK 99501-5133, USA. The point of contact name is Jeffrey Babos. (www.opengovus.com

Voith Hydro Inc. awarded a $49m contract for acquisition of Turbine Rehabilitation and Generator Rewind at Norfork Lake, Dam and Powerhouse

Voith Hydro Inc., York, Pennsylvania, was awarded a $49,628,210 firm-fixed-price contract for acquisition of Turbine Rehabilitation and Generator Rewind at Norfork Lake, Dam and Powerhouse. Bids were solicited via the internet with three received. Work will be performed in Salesville, Arkansas, with an estimated completion date of June 30, 2028. Fiscal 2022 Southwestern Power Administration funds in the amount of $49,628,210 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-22-C-0005).

Voith Hydro, Inc. is a business registered with Virginia State Corporation Commission (SCC), Clerk’s Information System (CIS). The customer account number is #F1091695. The business address is 760 E Berlin Rd, York, Pennsylvania 17408-8701. The business industry is 0 – General. (www.opengovus.com

Southwest Shipyard LP awarded $11M contract to construct and test a new deck barge

Southwest Shipyard LP,* Channelview, Texas, was awarded an $11,446,319 firm-fixed-price contract to construct and test a new deck barge. Bids were solicited via the internet with three received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 22, 2024. Fiscal 2022 Plant Replacement and Improvement Program funds in the amount of $11,446,319 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-C-0043).

Southwest Shipyard, L.p. is a taxpayer registered with Texas Comptroller of Public Accounts. The taxpayer number is #17605157027. The business address is 18310 Market St, Channelview, TX 77530. (www.opengovus.com