Sauer Construction LLC, awarded $37M contract to provide construction of two additions

Sauer Construction LLC, Jacksonville, Florida, was awarded a $37,618,000 firm-fixed-price task order (N6945023F0148) under a multiple award construction contract (N69450-21-D-0061) to provide construction of two additions to the Trident Training Facility, a Strategic Systems Program missile control center team trainer, and Naval Sea Systems Command weapons handling system team trainer at Naval Submarine Base Kings Bay, Georgia. The contract also contains two unexercised options which, if exercised, would increase the cumulative contract value to $37,809,809. Work will be performed in Kings Bay, Georgia, and is expected to be completed by March 2025. Fiscal 2023 military construction funds in the amount of $37,618,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (Awarded Dec. 30, 2022).

SAUER CONSTRUCTION, LLC is an entity in Jacksonville, Florida registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on March 18, 2002 with Unique Entity ID (UEI) #SBVUVJ2G3NL4, activated on May 24, 2022, expiring on May 20, 2023, and the business was started on January 1, 1876. The registered business location is at 6621 Southpoint Dr N Ste 200, Jacksonville, FL 32216-0952. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, LJ – Limited Liability Company. The officers of the entity include Vince Gruss, Gary R. Weeks, Kevin J Kelly. (www.opengovus.com

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 [email protected] and [email protected] 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

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

SOURCES SOUGHT: COOLING TOWER WATER TREATMENT SYSTEM AT CUB – FERMILAB

CONSTRUCTION OF A COOLING TOWER WATER TREATMENT SYSTEM AT CUB LOCATED AT THE FERMILAB NATIONAL ACCELERATOR LABORATORY IN BATAVIA, IL.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1NZ – CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: Batavia , IL 60510 USA

Full details via beta.sam.gov

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

Kunj Construction Corp. awarded $11M construction contract for a design-bid-build, Building 4A, at Naval Support Activity

Kunj Construction Corp.,* Northvale, New Jersey, is awarded an $11,484,248 firm-fixed-price task order (N4008522F6390) under a multiple award construction contract (N40085-21-D-0054) for a design-bid-build, Building 4A, at Naval Support Activity Philadelphia, Pennsylvania. The work to be performed provides for renovation of the Defense Contract Management Agency office to provide modernized staff workspaces. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2024. The maximum dollar value including the base period and options is $14,603,468. Fiscal 2022 operation and maintenance (DoD) funds in the amount of $11,484,248 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management with two offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Kunj Construction Corporation is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #SV2DMS724HK9. The business address is 163 Paris Avenue Suite B, Northvale, NJ 07647-2028, USA. The point of contact name is Neekunj Bhanderi. (www.opengovus.com

Cianbro Corp. awarded $37M contract to repair portions of the seawall at Farragut Field and Santee Basin

Cianbro Corp., Pittsfield, Maine, is awarded a $37,528,700 firm-fixed-price construction contract to repair portions of the seawall at Farragut Field and Santee Basin at the U.S. Naval Academy (USNA), Maryland. The work to be performed provides for critical structural recapitalization of a segment of the USNA seawall/waterfront perimeter by repairing the sheet pile bulkheads along Farragut Field and the east side of Santee Basin. Work will be performed in Annapolis, Maryland, and is expected to be completed by December 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $37,528,700 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website and the Procurement Integrated Enterprise Environment website, with four proposals received. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-22-C-0011).

Cianbro Corporation is a contractor licensed by California Departement of Consumer Affairs, Contractor State License Board (CSLB). The license number is #997449. The license type is A : GENERAL ENGINEERING CONTRACTOR. The business address is P O Box 1000, Pittsfield, ME 04967. The license issue date is October 8, 2014. (www.opengovus.com

Anselmi & DeCicco Inc. awarded $21M contract for the Port Monmouth Hurricane and Storm Damage Reduction Project

Anselmi & DeCicco Inc.,* Maplewood, New Jersey, was awarded a $21,313,650 firm-fixed-price contract for the Port Monmouth Hurricane and Storm Damage Reduction Project. Bids were solicited via the internet with 15 received. Work will be performed in Port Monmouth, New Jersey, with an estimated completion date of April 30, 2024. Fiscal 2010 civil construction funds in the amount of $21,313,650 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-22-C-0017).

Anselmi & Decicco Inc is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #DFXPGD3XQ1T5. The business address is 1977 Springfield Ave, Maplewood, NJ 07040-3435, USA. The point of contact name is Henry Meyers. (www.opengovus.com

John C. Grimberg Co. Inc. awarded a $26M contract for the construction of a battalion headquarters

John C. Grimberg Co. Inc., Rockville, Maryland, was awarded a $26,435,000 firm-fixed-price contract for the construction of a battalion headquarters and company operations facility. Bids were solicited via the internet with two received. Work will be performed in Alexandria, Virginia, with an estimated completion date of Aug. 13, 2024. Fiscal 2022 military construction, defense-wide funds in the amount of $26,435,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-C-0036).

John C. Grimberg Co., Inc. is a business licensed with Washington DC, Department of Consumer and Regulatory Affairs (DCRA). The customer account number is #70102111. The business address is 3200 Tower Oaks Blvd, Rockville, MD 20852. The business category is Gen Contr-Construction Mngr. (www.opengovus.com