Skip to main content

An official website of the United States government

You have 2 new alerts

Cecil M. Harden Lake Control Tower Roof Replacement

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 08, 2024 10:07 am EDT
  • Original Published Date: Jul 30, 2024 02:59 pm EDT
  • Updated Date Offers Due: Aug 19, 2024 02:00 pm EDT
  • Original Date Offers Due: Aug 13, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 03, 2024
  • Original Inactive Date: Aug 28, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1KA - MAINTENANCE OF DAMS
  • NAICS Code:
    • 238160 - Roofing Contractors
  • Place of Performance:
    Rockville , IN 47872
    USA

Description

The contractor will furnish all personnel, equipment, supplies and materials necessary to remove and replace existing control tower roof at Cecil M. Harden Lake located at 3391 S Dam Rd., Rockville, Indiana 47872. The contractor’s work and responsibility will include all planning, programming, administration, management, supervision, communications, and inspection necessary to assure that all work is conducted in accordance with the contract requirements and all applicable Federal, State and Local laws and regulations. All work will be performed in strict compliance with the attached specifications and all other terms and conditions incorporated herein. Contractor shall be National Roofing Contractors Association (NRCA) certified.

Estimated construction costs is betw een $25,000 and $100,000 per FAR 36.204.

One firm-fixed price construction contract will be awarded based on the lowest priced quote.

This project is set aside 100% for small business. NAICS 238160. Size Standard $19,000,000.00.

A SITE VISIT IS HIGHLY RECOMMENDED. See Special Instructions for more information.

Per FAR 52.228-13, Alternate Payment Protections, and FAR 28.102-1(b), only a Payment Bond or an Irrevocable Letter of Credit is required. A Performance Bond is not required.

All contractors must be registered in the System for Aw ard Management (www.SAM.gov) prior to award of a contract. Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Please begin the registration process immediately to avoid delay of the contract award should your firm be selected.

PLEASE NOTE: SAM is completely free of charge to registrants.

Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ then clicking on “View FFP Contract Changes Playbook Here”. 

**************************

Amendment 0001 was issued on 08 August 2024. Solicitation W912QR24Q0106 for Cecil M. Harden Lake is hereby amended as follows:

A) An additional site visit has been scheduled for 12 August 2024 at 11:00 AM ET.

B) The deadline for submitting all questions via ProjNet is hereby extended to 14 August 2024. The Government will answer all questions by 16 August 2024.

C) The offeror due date is hereby extended to 19 August 2024 at 02:00 PM ET.

D) All proposals must acknowledge all amendments to be an acceptable quote.

E) No other changes to the solicitation have been made with this amendment.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA

Primary Point of Contact

Secondary Point of Contact

History