Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2025 SAM #8552
SOLICITATION NOTICE

Y -- USACE SPK DBB Construction � DLA SIAD Improvements, Repairs, and Fencing Canopy � Sierra Army Depot, Herlong, CA

Notice Date
4/24/2025 1:36:55 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123825RA019
 
Response Due
6/10/2025 11:00:00 AM
 
Archive Date
06/25/2025
 
Point of Contact
Constantinos Laliotitis, Phone: 9165577621
 
E-Mail Address
constantinos.laliotitis@usace.army.mil
(constantinos.laliotitis@usace.army.mil)
 
Description
PRE-SOLICITATION NOTICE / SYNOPSIS Project Description: Defense Logistics Agency (DLA) Sierra Army Depot (SIAD) Improvements, Repairs, and Fencing Canopy. Anticipated Posting Date: 24 April 2025 Pre-Solicitation Notice Number: W9123825RA019 SAM Posting Title: USACE SPK DBB Construction � DLA SIAD Improvements, Repairs, and Fencing Canopy � Sierra Army Depot, Herlong, CA SAM Posting Description: The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement for design-bid-build (DBB) construction services to repair and improve the DLA Disposition Services facility located within SIAD, in Herlong, California (CA). The project is anticipated to include site improvements and renovation of existing pre-engineered metal buildings (PEMB). Work for building 314 is anticipated to include complete replacement of exterior windows and doors, plumbing systems (including under-slab sanitary sewer and sewer connection out of the septic system), mechanical systems, electrical systems, fire alarm systems, and communication systems. Work for building 315 is anticipated to include work to improve envelop deficiencies. Site improvement work is anticipated to include improving the existing hard stand site area, replacing the existing truck scale with a new truck scale, installing radiation monitors, and replacing and expanding the concrete demilitarization pad. The Government anticipates the requirement will be fully designed. The Government estimates the requirement can be constructed within seven hundred and thirty (730) calendar days. If market conditions indicate this estimate may be unrealistic, Respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice. The potential requirement may result in a firm-fixed-price solicitation issued approximately mid- May 2025. If solicited, the Government intends to award the contemplated requirement as a fixed-price contract by approximately July 2025. The Government intends to solicit and award using lowest price technically acceptable source selection process, as outlined in Federal Acquisition Regulation (FAR) Part 15, Defense FAR Supplement (DFARS) Part 215, DFARS Procedures, Guidance, and Information (PGI) Part 215, Department of Defense (DoD) Source Selection Procedures (SSP) (dated 20 August 2022), Army FAR Supplement (AFARS) Part 5115, AFARS Appendix AA, Army Source Selection Supplement (AS3) (dated 28 November 2017), and USACE Acquisition Instructions (UAI) Subpart 5115.3. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i) the Government currently estimates the magnitude of construction for this project to be between $10,000,000 and $25,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $45,000,000.00 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1EZ, Construction of Other Industrial Buildings. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, FAR 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty-five percent (25%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor will be required to perform the percent of work identified in the solicitation under FAR 52.236- 1, Performance of Work by the Contractor. The solicitation will be issued as a set aside for 8(a) program participants, through the Procurement Integrated Enterprise Environment (PIEE - https://piee.eb.mil) and Governmentwide Point of Entry, the System for Award Management (SAM - www.SAM.gov) on or about mid-May 2025 with quotes tentatively due June 2025. Please DO NOT request an updated schedule if estimated dates are surpassed; the Government will release all information publicly through PIEE and SAM when updates are available. Requests for schedule updates may be ignored. Please DO NOT request a copy of the solicitation, or draft plans or specs, as they are not currently available. Any available technical data will be furnished with any forthcoming solicitation. Following solicitation release, all responsible sources may submit a bid that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. The anticipated solicitation and attachments will be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors must be registered in the PIEE system at least one (1) week prior to the anticipated bid due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a bid. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of bids as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit bids. All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f59fea2b17f44689582f4fa4172300d/view)
 
Place of Performance
Address: Herlong, CA, USA
Country: USA
 
Record
SN07420234-F 20250426/250424230047 (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.