Search Contract Opportunities

Design/Bid/Build Construction of Camp Pendleton Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS)   5

ID: W912QR24R0015 • Type: Solicitation

Description

Posted: April 22, 2024, 11:26 a.m. EDT

*****OFFER DUE DATE AND TIME IS BASED ON EASTERN DAYLIGHT TIME (EDT).*****

*****Amendment 0003 was posted to SAM.gov on 22 April 2024*****

Request for Proposal (RFP), Solicitation No. W912QR24R0015 is issued for the Design-Bid-Build construction of a collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) located on Camp Pendleton, CA for the U.S. Army Reserves. This project is a Design/Bid/Build project to Construct a 15,000 Square Feet (SF) collocated AMSA and VMS. Supporting facilities include land clearing, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Accessibility for the disabled 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. Dispose/Demolish four (4) buildings at Camp Pendleton, CA (6,774 Total SF). Air Conditioning (Estimated 25 Tons).

The Contract Duration is 900 calendar days from Contract Award Notice to Proceed.

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 is 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 single-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, Management Approach (Management Plan, Schedule Narrative, Commissioning Plan), and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, 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 $15,000,000. Offerors are under no obligation to approach this ceiling.

*****This posting was updated to attach the Sign-In Sheet for the Site Visit held on 20 March 2024*****

*****Amendment 0001 was issued on 25 March 2024*****

*****Amendment 0002 was issued on 11 April 2024*****

*****Amendment 0003 was issued on 22 April 2024*****

SOLICITATION WEBSITES : The official solicitation is available free of charge by electronic posting only and may be found at System for Award Management (SAM) website at https://www.sam.gov. Paper copies of the solicitation will not be issued. Telephone 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 download the solicitation for this project, contractors/offerors are required to register at the SAM website at https://www.sam.gov. From SAM.gov, all relevant files can be downloaded by go to the "Attachment/Links" section. Amendments to the Solicitation and associated document, when issued, will also be posted here to SAM.gov under the "Attachments" section for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check both websites periodically for any amendments to the solicitation.

REGISTRATIONS : 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 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.

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."

Posted: April 22, 2024, 10:20 a.m. EDT
Posted: April 19, 2024, 8:24 p.m. EDT
Posted: April 15, 2024, 2:21 p.m. EDT
Posted: April 11, 2024, 7:14 p.m. EDT
Posted: March 25, 2024, 11:58 a.m. EDT
Posted: March 25, 2024, 11:51 a.m. EDT
Posted: March 21, 2024, 10:06 a.m. EDT
Posted: Feb. 28, 2024, 9:02 a.m. EST
Posted: Feb. 28, 2024, 8:43 a.m. EST
Posted: Feb. 27, 2024, 2:04 p.m. EST
Background
The U.S. Army Reserves has issued a Request for Proposal (RFP), Solicitation No. W912QR24R0015, for the Design-Bid-Build construction of a collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) located on Camp Pendleton, CA. The project aims to construct a 15,000 Square Feet (SF) collocated AMSA and VMS, including land clearing, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements, and utility connections. The 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. Additionally, four buildings at Camp Pendleton, CA (6,774 Total SF) will be disposed/demolished. The contract duration is 900 calendar days from Contract Award Notice to Proceed.

Work Details
The project is a Design/Bid/Build project for the construction of a collocated AMSA and VMS on Camp Pendleton, CA. The supporting facilities include land clearing, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Accessibility for the disabled 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. Additionally, four buildings at Camp Pendleton, CA (6,774 Total SF) will be disposed/demolished.

The project is anticipated to have a construction magnitude between $10,000,000 and $25,000,000 with a target ceiling for this contract at approximately $15,000,000.

Period of Performance
The contract duration is 900 calendar days from Contract Award Notice to Proceed.

Place of Performance
The construction projects will be performed at Camp Pendleton, CA.

Overview

Response Deadline
April 30, 2024, 4:00 p.m. EDT (original: April 24, 2024, 4:00 p.m. EDT) Past Due
Posted
Feb. 27, 2024, 2:04 p.m. EST (updated: April 22, 2024, 11:26 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Camp Pendleton, CA 92055 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 2/27/24 USACE Louisville District issued Solicitation W912QR24R0015 for Design/Bid/Build Construction of Camp Pendleton Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) due 4/30/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1EB.
Primary Contact
Name
Bonny Dylewski   Profile
Phone
None

Documents

Posted documents for Solicitation W912QR24R0015

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W912QR24R0015

Award Notifications

Agency published notification of awards for Solicitation W912QR24R0015

Contract Awards

Prime contracts awarded through Solicitation W912QR24R0015

Incumbent or Similar Awards

Contracts Similar to Solicitation W912QR24R0015

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912QR24R0015

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912QR24R0015

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
April 22, 2024
Last Updated By
bonny.c.dylewski@usace.army.mil
Archive Date
April 22, 2025