SOLICITATION NOTICE
Z -- Design-Build Maintenance and Repair Army Reserves (MRAR) of Army Reserve Center (ARC) at Newtown Square, PA
- Notice Date
- 3/17/2025 7:02:32 AM
- 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
- W912QR25RA019
- Response Due
- 3/28/2025 1:00:00 PM
- Archive Date
- 04/12/2025
- Point of Contact
- Ryan King
- E-Mail Address
-
ryan.m.king2@usace.army.mil
(ryan.m.king2@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 Design-Build Construction Request for Proposal (RFP) W912QR25RA019 for the repair of the failing 38,987 square feet Edgemont Army Reserve Center (ARC) Building 92001 located on approximately 45 acres in Newtown Square, PA. The repairs will reconfigure the internal building layout for the training and operational requirements of the assigned commands by removing non-structural interior walls to right-size rooms and create an open flexible workspace. The mechanical, plumbing, roofing, communication, and electrical systems are beyond serviceable life. Work includes repairs to these systems, but not limited to, inadequate and non-code compliant restrooms, the replacement of light fixtures with code compliant units, the installation of a code compliant fire alarm and suppression system, and the repair of the electrical conduit distribution throughout the facility. Repairs to the exterior structural elements and the correction of all life safety deficiencies while maintaining the elements of the building's exterior will also be provided. The repaired facility will meet minimum DOD Antiterrorism standards. Access for individuals with disabilities will be provided. If any asbestos containing material is found, it shall be abated as an integral part of the repair project in accordance to DA Pam 420-11 Para 2-1b. Required swing space will be provided in the adjacent Army Reserve Center. A technical review was conducted, work classification verified, and other facility alternatives were visited however the most expedient and economical solution is to repair the facility. Contractor should be familiar with earthwork construction in local areas, masonry structures, structural steel, extension of underground utilities, and connection to existing underground utilities. Successful bidders shall be familiar with widely accepted and generally acknowledged successful practices for local construction. This project will be funded subject to the availability FY 2026 Operation and Maintenance, Army Reserve Sustainment Restoration and Modernization funds. This is a Total Small Business Set-Aside solicitation. The project duration is currently estimated at 1100 calendar days (subject to change) form the contract Notice to Proceed. This award is Subject to the Availability of Funds (SAF). 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: 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 Trade-Off (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 the completion of the evaluation of Phase I proposals, a target of five (5) of the most highly qualified offerors will be invited to participate in Phase II. The selected offerors 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, Schedule Narrative, and Price. The Standard Form (SF) 1442 will also be required. 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 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 14 April 2025 (subject to change). Details such as the actual date, time, and location regarding the Optional Site Visit to be held during Phase II will be included in the Phase II solicitation amendment. Additional details can be found in the solicitation and amendments when they are 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 be able 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 the Contract Specialist, Ryan King, at ryan.m.king2@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5ec7406b4ea64357bf57b4f1de3fb9a0/view)
- Place of Performance
- Address: Newtown Square, PA, USA
- Country: USA
- Country: USA
- Record
- SN07374599-F 20250319/250317230043 (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 |