Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published July 30, 2025 at 8:00 PM
Updated August 13, 2025
Renovation of a military facility in New York, New York. Completed plans call for the renovation of a military facility.
General Decision Number: NY20250003 07/04/2025 W15QKN THIS SOLICITATION IS SET ASIDE FOR SMALL BUSINESS. 1. THE U.S. ARMY CONTRACTING COMMAND - NEW JERSEY HAS A NEW CONSTRUCTION REQUIREMENT IN SUPPORT OF THE U.S. ARMY'S 99TH READINESS DIVISION. THIS PROJECTED IS LOCATED WITH THE 99TH READINESS DIVISION'S B6 REGION: CSS 97470 - ROOF REPAIR LOCATED AT 330 PRATT AVE BAYSIDE, NY (NY023). 2. THE NORTH AMERICAN INDUSTRY CLASSIFICATION (NAICS) CODE FOR THIS PROJECT IS 236220 - CONSTRUCTION OF MISCELLANEOUS BUILDINGS AND OFFICES, WITH A SIZE STANDARD OF $45,000,000.00. 3. PERIOD OF PERFORMANCE: ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH THE STATEMENT OF WORK (SOW). 4. DISCLOSURE OF THE MAGNITUDE OF CONSTRUCTION PROJECTS (FAR 36.204) - ADVANCE NOTICES AND SOLICITATIONS SHALL STATE THE MAGNITUDE OF THE REQUIREMENT IN TERMS OF PHYSICAL CHARACTERISTICS AND ESTIMATED PRICE RANGE. THE ESTIMATED PRICE IS TO BE DESCRIBED IN THE TERMS OF THE FOLLOWING PRICE RANGE: CSS 97470 - BETWEEN $100,000 AND $250,000. Questions: regarding this solicitation shall be submitted via email NO LATER THAN 28 July 2025 at 10:00 AM EST to BOTH Timothy McCleary (Contract Specialist) at timothy.j.mccleary.civ@army.mil and Sharon Wilson-Emmons (Contracting Officer) at sharon.wilson-emmons.civ@army.mil. The questions will be answered all at once and will be disseminated to all offerors once the question period has closed. Questions submitted after the question period has ended are not guaranteed to be answered before the RFP closing date/time The Contractor shall provide all plant, labor, equipment, tools, materials, supervision, and transportation to accomplish the following work which consist of but is not limited to: Building 330: _ Remove and install metal flashing around chimneys and vents on the roof. _ Inspect the chimneys and vents condition, repair chimney masonry and repaint vents. _ Install two chimney caps. _ Remove and install damaged insulation. _ Remove and install damaged interior sheetrock in attic area. _ Remove and install damaged six access doors in attic area. _ Conduct mold remediation in the attic working area. _ Clean, prime and apply oil base wood paint and mold resistant paint to all the supporting beams in the attic area. _ Clean and apply wood paint to all handrails in Building 330. All quantities are estimated. Contractor shall field verify all dimensions and quantities prior to ordering material. Failure of the contractor to conduct a site visit and appreciate the complexity of the specifications herein shall not indemnify said contractor from contract obligations as stated. All work completed herein shall be in accordance with but not limited to: _ UNIFIED FACILITIES GUIDE SPECIFICATIONS (UFGS) - HTTP://WWW.WBDG.ORG/FFC/DOD/UNIFIED-FACILITIES-GUIDE SPECIFICATIONS-UFGS o DIVISION 07 - SECTION 07 60 00 - THERMAL AND MOISTURE PROTECTION _ UFC - UNIFIED FACILITIES CRITERIA o UFC 3-190-06 - PROTECTIVE COATINGS AND PAINTS _ ARMY REGULATION 420-1 _ RCRA - RESOURCE CONSERVATION AND RECOVERY ACT _ EM 385-1-1, SAFETY and HEALTH REQUIREMENTS MANUAL _ OCCIPATIONAL SAFETY AND HEALTH ADMINISTRATION 11.2.2. Contractor and associated sub-contractors shall provide a safe and healthful work environment for their employees as prescribed in FAR 52.236-13, 29 CFR Part 1910, pertinent provisions of AR 385-10, and local regulations, policies, and SOPS. Contractor/s shall safeguard public and government personnel, property and equipment, as well as avoid interruption of Government Operations. The Contractor shall report accidents or losses to the Contracting Officer as specified in relevant regulations and standards. Whenever the contractor becomes aware of serious or imminent danger to Government, civilian or contractor personnel, the contractor shall take immediate corrective action. 11.2.3. Contractor shall maintain work areas in a neat, clean, and safe condition. The Contractor shall be responsible for providing, installing and the removing any temporary signage, barriers, barricade tape, etc., which may be required to control pedestrian and/or vehicle traffic in the work area. 11.2.4. This Army Reserve Facility is an active workplace. Contractor shall provide a proposed schedule of work at time of proposal to perform work in stages to minimize disruption of day-to-day activities throughout the facility and grounds. Contractor shall make best efforts to adhere to said schedule and will have full cooperation from facility employees. RFOS and Facility Commander or other authorized Government Official shall approve schedule. Contractor shall provide a minimum of weekly project updates to RFOS/COR as to progress on project and adherence to schedule. 11.2.5. In an effort to allow the government the opportunity to fully to evaluate and validate contractor pricing and desired intent of the cost proposal; the Contractor shall provide a written narrative to support the cost data in the contractors cost proposal. Detailed breakout for all pricing in proposal is required; lump sum pricing is unacceptable. Cost proposal shall include a detailed narrative describing the approach to accomplishing the scope of work and clearly stating all assumptions included in the proposal price. As the basis for the contractor pricing and in an effort to assist the government with the reconciliation of which items in the contractor's price proposal are considered New vs Re-used the contractor shall include a spreadsheet with the cost proposal that clearly state what those items are. 11.2.6. The contractor shall submit proper and complete documentation to the COR verifying that all hazardous wastes generated were disposed of properly offsite in accordance with federal and state RCRA regulations. The contractor shall also submit proper and complete documentation verifying the recycling or disposal of all Universal wastes and non-hazardous wastes generated. All aforementioned records must be submitted in accordance with the provisions of the Cleanup, Removal & Disposal Records section of this SOW. 11.2.7. All work to be performed in accordance with 2022 New York City Construction Codes. Including but not limited to: _ Building Code All work shall be performed by businesses/contractors licensed and registered to perform work in their associated trades within NYC. The above licenses shall be provided at the Pre-Construction Meeting in accordance with section 11.3.1. 11.3. PROJECT SPECIFICATIONS: 11.3.1. REQUIRED: PRE-CONSTRUCTION MEETING - (PCM): Prior to commencing the work, the Contractor shall meet with the Regional Facilities Operations Specialist, (RFOS) Louis Corbo, and/or the project COR to present and review, as appropriate, the items in this specification of work. The Contractor's Competent Person(s) who will be on-site shall participate in the PCM meeting. The PCM meeting is to discuss and define contractor procedures and materials to be used during the project execution and shall be formally approved by 99th Readiness Division (RD) personnel as defined above. All measurements and locations shall be field verified by contractor at PCM and confirmed by RFOS/COR. During the Pre-Construction Meeting (PCM), the contractor shall describe the methods for the following topics: 1. Method and approach for replacing the flashing around the chimneys and vents, ensuring proper integration with the roofing material and weatherproofing of the penetrations. 2. Procedures for protecting the surrounding roof area and personal during the flashing replacement. 3. Materials and tools required for each aspect of the construction process, specifying any specialized equipment or supplies needed. 4. Inspection plan for chimneys and vents, identify any necessary repairs or maintenance. 5. Provide a method to properly repointing mortar joins, masonry repair, and sealing the chimneys to prevent water infiltration. 6. Reconstructing six access doors in the attic area. 7. Mold remediation for the affected attic areas. 8. Insulation replacement for the affected attic areas. 9. Sheetrock replacement for damaged/deteriorated sections of the attic. 10. Painting over the supporting beams in the attic area. 11. Painting over all the handrails in Building 330. 12. Required certifications, licenses, and training for personnel involved in the roofing, masonry, insulation, and attic work. 13. Safety protocols and measures to be implemented during construction. 14. Quality control and assurance procedures to ensure the proper completion of the construction, including inspections and testing as necessary to verify the effectiveness and durability of the work performed. 11.3.2. The objective of this project is to repair the leaking roof and attic in Building 330. The contractor shall perform a visual inspection to examine the leaking flashing and attic area before the PCM for this construction. Contractor shall perform work in accordance with industry standards and guideline for roofing construction. Locations of work to be verified by RFOS/COR. The roofing repair area and tasks include the following, but not limited to (See attached Drawing for site pictures and details) _ Remove and install metal flashing around chimneys (4) and vents (6). Approx. total flashing area: 400 SF _ Inspect the chimneys (4) and vents (6) condition, repair masonry and repaint. Approx. chimneys surface for repair: 100 SF Approx. vents surface for repaint: 800 SF _ Install two (2) chimney caps. _ Remove and install damaged insulation in attic. Approx. damaged insulation area: 250 SF _ Remove and install damaged interior sheetrock in attic. Approx. damaged sheetrock area: 250 SF _ Remove and install damaged six (6) access doors in attic. _ Conduct mold remediation in the attic working area. Approx. mold area: 250 SF _ Clean, prime and apply oil base wood sealing paint and mold resistant paint to all the supporting beams in attic. Approx. surface area: 1,800 SF _ Clean and apply oil base wood paint to all handrails in Building 330. Approx. surface area: 1,000 SF 11.3.2.1. The New York SHPO has concurred with the Army's determination that Building 330 is eligible for listing in the National Register as a contributing resource within the National Register eligible Fort Totten Historic District. Building 330 is considered a 'Historic property' that has been determined eligible for the National Register of Historic Places, (ALL) repairs/replacements shall match 'EXACTLY', so as to maintain the historical integrity of this building. Further, all work must conform to the Secretary of Interior's Standards for the Treatment of Historic Properties as stipulated in 36 Code of Federal Regulations Part 68. 11.3.3. For repair and replace of affected materials, the contractor shall include an analysis of existing building materials, such as drywall, insulation, wood beams, ceilings, roof flashing to determine the extent of water leaks and water damage. The contractor shall select appropriate repair/sealing methods and materials that comply with industry standards and guidelines set forth by the Institute of Inspection, Cleaning and Restoration Certification (IICRC) and the Environmental Protection Agency (EPA). 11.3.4. Water damaged area/materials will be repaired rather than replaced, whenever possible. Where the damage requires replacement of materials, the new materials will match the existing in design, color, texture, and where possible, composition. 11.3.5. Contractor shall provide barriers and signage to isolate areas undergoing construction during the execution of work, as described in section 11.2.3. above. This is to ensure the safety of building occupants. 11.3.6. Any and all measurements provided within this scope of work (SOW), including in 11.3.2. above, are for Government estimating purposes only. Contractor must field verify. The Government is Not responsible for failure to field verify any measurements and/or quantities. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.
Post-Bid
Military
$250,000.00
Public - Federal
Renovation
Documents for this project are exclusively Specifications. If Plans become available, we will add them here.
8
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
August 12, 2025
September 11, 2025
3-30 Pratt Ave, New York, NY
Related To This Project
New York, NY
Bid Date: Jul 25 2025
New York, NY
Bid Date: Aug 12 2025
New York, NY
--
New York, NY
Bid Date: Aug 07 2025
New York, NY
--
New York, NY
Bid Date: Aug 19 2025
New York, NY
Bid Date: Aug 28 2025
New York, NY
Bid Date: Aug 14 2025
New York, NY
Bid Date: Aug 06 2025
New York, NY
Bid Date: Jul 31 2025
New York, NY
Bid Date: Aug 06 2025
New York, NY
Bid Date: Jul 30 2025
New York, NY
Bid Date: Jul 21 2025
New York, NY
--
New York, NY
--
Recently Viewed
--
--
--
--
--
--
--
--
--
--
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
