*****AMENDMENT 0001 IS ISSUED ON THURSDAY, 10 APRIL 2025*****
Request for Proposal (RFP), Solicitation No. W912QR25RA012 is issued for the repair of a failing Area Maintenance Support Activity (AMSA), B-655, collocated at the BT Collins Army Reserve Center (ARC) in 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 façade 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. 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 contract duration is estimated at 740 calendar days from Contract Notice to Proceed (NTP).
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 (NAICS) code 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 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 described in Section 00 22 16 and Section 00 22 18 of the Solicitation, for review and consideration by the Government.
As 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 provided in Section 00 22 18 are issued as a DRAFT during Phase I and is 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.
SOLICITATION DOCUMENTS: Paper copies of the solicitation and amendments will not be issued. Telephone, email, and fax requests for this solicitation, amendments, and attachments (plans and specifications) 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, when issued, will be posted to the SAM.gov 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 and all amendments to the solicitation.
*****AMENDMENT 0001 IS ISSUED ON THURSDAY, 10 APRIL 2025*****
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
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."