Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOLICITATION NOTICE

Y -- Construction of Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) at Defense Logistics Center Richmond (DSCR), VA

Notice Date
4/9/2025 7:33:03 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
W912QR25RA015
 
Response Due
4/17/2025 8:59:00 PM
 
Archive Date
05/02/2025
 
Point of Contact
Alex Hamilton
 
E-Mail Address
alex.j.hamilton@usace.army.mil
(alex.j.hamilton@usace.army.mil)
 
Description
****THE SOLICITATION NUMBER FOR THIS PROJECT IS BEING CHANGED FROM W912QR25RA015 to W912QR25RA024**** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR25RA024 to Construct an AMSA vehicle maintenance facility on Defense Supply Center Richmond for the Army Reserves. This project is a design/bid/build project to Construct a 15,100 SF collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) on Defense Logistics Agency (DLA) owned land at Defense Logistics Center Richmond (DSCR). The project will include information systems, fire protection and alarm systems, and energy monitoring control systems connection. Supporting facilities include land clearing, organizational and non-organizational paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Facilities will be designed in accordance with the Army Reserve Design Guide. Heating, ventilation, and air conditioning will be provided. Sustainability, energy, and cybersecurity measures will be provided as will furnishings, equipment, and accessibility for the disabled. Force protection physical security measures will be incorporated into the design including minimum standoff distances from roads, parking areas and vehicle unloading areas. Facilities will be designed to a minimum life of 40 years in accordance with DoD Unified Facilities Criteria 1-200-02 including energy efficiencies, building envelope and integrated building systems performance. The project contains options such as: paved parking areas, bi-level loading ramp, roof mounted solar array, and collateral equipment. The Contract Duration is estimated at 730 calendar days from Contract Award. 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 full and open. SELECTION PROCESS: This is a one 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 proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All non-priced factors, when combined, are considered approximately equal to 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. The target ceiling for this contract is approximately $18,000,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 17 April 2025. 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 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 Alex Hamilton, at alex.j.hamilton@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/c8363a205d3346679642961b7c1b053a/view)
 
Place of Performance
Address: Richmond, VA 23237, USA
Zip Code: 23237
Country: USA
 
Record
SN07402576-F 20250411/250409230054 (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.