SOLICITATION NOTICE
Y -- Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
- Notice Date
- 2/9/2025 7:05:34 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR25RA009
- Response Due
- 2/28/2025 2:00:00 PM
- Archive Date
- 03/21/2025
- Point of Contact
- Bonny Dylewski
- E-Mail Address
-
bonny.c.dylewski@usace.army.mil
(bonny.c.dylewski@usace.army.mil)
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE), Louisville District intends to issue Request for Proposal (RFP) W912QR24RA009 for the Design-Bid-Build construction of a new Army Reserve Center (ARC) located on Dobbins Air Reserve Base, Georgia. Primary facilities include construction of an Army Reserve Center (ARC) training building, a Vehicle Maintenance Shop, and an Unheated Storage Building (USB). Buildings include heating, ventilation, air conditioning, electrical, plumbing, information systems, fire protection and alarm systems, intrusion detection system, and energy monitoring control systems connection. Supporting facilities include land clearing, paving, walks, curbs, gutters, concrete aprons, landscaping, signage, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. The project duration is currently estimated at 900 calendar days from Administrative Notice to Proceed (NTP). Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 � Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be an Unrestricted (Full and Open) Procurement. SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Trade-Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposals for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Management Plan, Commissioning Plan, Small Business Participation Plan, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25 million and $100 million in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about February 28, 2025 (subject to change). Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to https://www.sam.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contract Opportunities website, https://www.sam.gov. Paper copies of the solicitation will not be issued. Telephone, email, and fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the System for Award Management (SAM) at http://www.sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror�s responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at https://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Bonny Dylewski, at Bonny.C.Dylewski@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required. PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/98dcb613d6e84c8ea98c8394f4c3e22f/view)
- Place of Performance
- Address: Marietta, GA 30064, USA
- Zip Code: 30064
- Country: USA
- Zip Code: 30064
- Record
- SN07337340-F 20250211/250209230024 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |