SOLICITATION NOTICE
Y -- P2# 493117 Child Development Center (CDC), Mountain Home Air Force Base (MHAFB), Mountain Home, Idaho
- Notice Date
- 4/17/2025 3:41:38 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW-25-R-1002
- Response Due
- 6/2/2025 1:00:00 PM
- Archive Date
- 06/17/2025
- Point of Contact
- Javon Miller, Phone: 2065727102, Andrea Jackson, Phone: 8178861048
- E-Mail Address
-
javon.m.miller@usace.army.mil, andrea.g.jackson@usace.army.mil
(javon.m.miller@usace.army.mil, andrea.g.jackson@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- RFP No: W912DW25R1002 RFP Title: P2# 493117 Child Development Center (CDC), Mountain Home Air Force Base (MHAFB), Mountain Home, Idaho RFP Posted Date: On or About 30 April 2025 Offeror Response Due Date: On or about 2 June 2025 Magnitude of construction: Is between $25,000,000 and $100,000,000. PSC Code: Y1CZ Construction of Other Educational Buildings NAICS Code: 236220 Commercial and Industrial Building Construction Classification Code: Y - Construction of Structures and Facilities Set Aside: 100% Small Business Set-aside ================================================================ FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION a Request for Proposal (RFP) is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below. The United States Army Corps of Engineers (USACE) Seattle District anticipates solicitation and award of a Firm-Fixed Price contract resulting from RFP W912DW25R1002. This requirement is a design-build project to design and construct a Child Development Center at Mountain Home Air Force Base, Idaho. The Request for Proposal (RFP) will be available to all business firms with an active SAM registration. The North American Industry Classification System (NAICS) Code is 236220 Commercial and Industrial Building Construction with a $45M size standard. In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 236.204, the estimated magnitude of construction is between $25,000,000 and $100,000,000. 100 percent (%) payment and performance bonds will be required. Project Description: Project consists of construction of a new Child Development Center a medium size facility that includes infant, pre-toddler, toddler, and preschooler child activity areas, administrative and staff space, and facility support spaces: lobby, restrooms, storage rooms, and kitchen. Building systems include concrete foundation, concrete floor slabs, masonry walls, metal framed roof system, standing seam metal roof, information systems, fire protection and alarm systems, electronic access control, cybersecurity measures, and Energy Monitoring Control Systems (EMCS) connection. Supporting facilities include site development, fencing, utilities and connections, exterior lighting, paving, parking, sidewalks, storm drainage, information systems, landscaping, and signage. Provide connection to streets and access roads, earthwork, grading, concrete pads, electrical and communication utilities. Incorporate mass timber design, including, but not limited to beams, walls, girders, columns, and roof system. The facility shall not exceed 36,745 SF with a $40M PA. The project will demolish building 2623 (1,034 SM) and 2630 (861 SM) (Total: 1,895 Square Meters). Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01. Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual on-line representations and certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. ON OR ABOUT, 30 April 2025, the RFP documents for this project will be available via the website https://sam.gov/ under Contract Opportunities W912DW25R1002. Your firm must be registered with https://sam.gov/ to download the RFP documents. NO CD�S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through https://sam.gov/. Offerors are responsible for checking https://sam.gov/ frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror�s inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this RFP, you MUST log in to https://sam.gov/ and add the RFP to your �Watchlist.� If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me to Interested Vendors� button in the listing for this RFP. Your firm�s proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. To view the RFP when posted, Vendors must have an active registration in SAM.gov. For PIEE registration, training, and instructions for posting an Offer, refer to the following links: PIEE Registration: https://piee.eb.mil/ Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. It�s recommended that the Electronic Business (EB) point of contact in SAM.gov also serves as the Contract Administrator (CAM) in PIEE for simplicity. PIEE Solicitation Module: Training and instructions are accessible through PIEE � Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select; Solicitation Module � Proposals (Offers) � Posting Offer) For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox � Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Javon Miller at email: javon.m.miller@usace.army.mil. Once the RFP has been issued, all questions must be submitted in accordance with the RFP instructions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6f20d76a1fc34580b5d6734fdd16c959/view)
- Place of Performance
- Address: Mountain Home, ID, USA
- Country: USA
- Country: USA
- Record
- SN07412601-F 20250419/250417230045 (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 |