Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2025 SAM #8510
SOLICITATION NOTICE

Z -- Design-Build Maintenance and Repair Army Reserve (MRAR) Area Maintenance Support Activity (AMSA) - 98, Sacramento , CA

Notice Date
3/13/2025 1:10:24 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
W912QR25RA012
 
Response Due
3/20/2025 8:59:00 PM
 
Archive Date
04/05/2025
 
Point of Contact
Bonny Dylewski
 
E-Mail Address
bonny.c.dylewski@usace.army.mil
(bonny.c.dylewski@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE), Louisville District intends to issue Request for Proposal (RFP) W912QR25RA012 for the repair of a failing Area Maintenance Support Activity (AMSA) / Vehicle Maintenance Shop (VMS), B-655 collocated at the BT Collins Army Reserve Center (ARC), Sacramento, California. This project will repair failing facility components, construct a maintenance facility addition to address space deficiencies, extend the economic life of the facility by 25 years and provide a maintenance facility that enables equipment readiness for the Army Reserve units serviced by AMSA-98. Building components and systems to be repaired include the Heating, Ventilation, and Air Conditioning (HVAC), electrical distribution, water distribution, fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior, interior reconfiguration, and interior finishes. The project will also repair the exterior fa�ade and finishes. All hazardous materials (HAZMAT) removed as part of the demolition will be disposed of following all state and federal guidelines. Building design(s) will comply with Unified Facilities Criteria, UFC 4-171-05, Army Reserve Facilities. Supporting facilities include land clearing, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 40 Tons). This project contains options. The project duration is estimated at 740 calendar days from Contract Notice to Proceed (NTP). TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System (NAICS) code for this effort is 236220 � Commercial and Institutional Building Construction. This award is Subject to the Availability of Funds (SAF). TYPE OF SET-ASIDE: Total Small Business Set-Aside Procurement SELECTION PROCESS: This is a two-phase Design/Build procurement. The proposals will be evaluated using a Best-Value Tradeoff (BVTO) source selection process. The technical information contained in each Offeror's proposal will be reviewed, evaluated, and rated by the Government. Potential offerors are invited to submit their past performance, technical, and capability information as will be described in Section 00 22 16 and Section 00 22 18 of the Solicitation, for review and consideration by the Government. As will be described in Section 00 22 16 of the Solicitation, the selection process for Phase I will evaluate such factors as Past Performance (for both the Prime Contractor and A/E Designer of Record) and Technical Approach for Design/Build. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, a target of five (5) of the most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be requested to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors as: Design Narrative, Management Plan, and Price. The Standard Form (SF) 1442 will also be required. (NOTE: The evaluation factors for Phase II are subject to change with the Phase II amendment.) All evaluation factors, other than cost or price, are considered approximately equal to cost or price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000, in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 20 March 2025. Details regarding the Optional Site Visit will be included in the Phase II solicitation amendment, with the actual date and time identified. Additional details can be found in the solicitation and amendments when they are posted to https://sam.gov. SOLICITATION WEBSITES: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at federal Contract Opportunities website, https://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 be able to download the solicitation for this project, contractors are required to register at the System for Award Management at https://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 Offerors� responsibility to check the websites 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 http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have 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 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/ 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/ and then clicking on: ""View FFP Contract Changes Playbook Here.""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4767120d73f444febf06a5885843fe1b/view)
 
Place of Performance
Address: Sacramento, CA 95828, USA
Zip Code: 95828
Country: USA
 
Record
SN07370979-F 20250315/250314000106 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.