Search Contract Opportunities

DLA-Tucson Reflow, Warehouse, and Admin Renovation Project   3

ID: W912DW25R0013 • Type: Presolicitation

Description

SOLICITATION NUMBER: W912DW25R0013

TITLE: Defense Logistics Agency (DLA) Disposition Services Warehouse Reflow Project Management Plan

LOCATION: Tucson, AZ

FSC CODE: Z2GZ, Repair or Alteration of Other Warehouse Buildings

NAICS CODE: 236220, Commercial and Institutional Building Construction

ISSUE DATE: On or about late January to early February 2025

RESPONSE DATE: On or about early March 2025

8(a) Competitive Set-Aside

FOR INFORMATION ONLY: This Synopsis/Pre-solicitation Notice is ONLY A NOTIFICATION that a solicitation 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 Request for Proposal (RFP) W912DW25R0013.

This Request for Proposal (RFP) is available to all business firms with active SAM registration under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction.

In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 236.204, construction magnitude is estimated to be in the range of $10,000,000 to $25,000,000. 100 percent payment and performance bonds will be required.

Project Description: Repair, renovate, and install equipment at seven warehouses (totaling approximately 39,000 sq ft) and admin facilities (totaling approximately 6,711 sq ft) located at the Davis-Monthan Air Force Base, in Tucson, Arizona. The warehouses were constructed with corrugated siding and roofs.

The general scope includes installing warehouse support equipment, replacing associated utility infrastructure, and revamping truck receiving/transportation flow. The construction performance period is estimated at 18 months.

The specific scope includes, but is not limited to:

a. Remodeling two admin facilities to include all interior finishings, bathrooms, utilities, windows, and ADA doors.

b. Remove/replace all existing items within the warehouses (lighting, pallet racks, fire alarm, electrical).

c. Repair/level and diamond polish concrete slabs, concrete joints, interior support structure, and paint walls and remove/replace warehouse siding and roofs.

d. Install warehouse items (i.e., electrical service, CCTV camaras, warehouse equipment and pallet racking, forklift battery charging stations, and HVAC)

e. Traffic control and monitoring systems (proximity sensors and CCTV intersection camera, powered entry/exit gates, Radiation Detection Monitor, and over-head canopy structure)

f. Add and repair pavements and security fencing.

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 July 2024, the solicitation documents for this project will be available via the website https://sam.gov/ under Contract Opportunities W912DW25R0013. Your firm must be registered with https://sam.gov/ to download the solicitation 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 solicitation, you MUST log in to https://sam.gov/ and add the solicitation 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 solicitation. 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 Solicitation 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. Please be advised that when using the PIEE Solicitation Module, the user's email address in PIEE must match the email address on file in SAM.gov.

  • 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 eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module

POINT-OF-CONTACT:

The point-of-contacts for administrative or contractual questions is Jacanna Wyatt, contract specialist, at Jacanna.F.Wyatt@usace.army.mil and Alysha MacDonald, contracting officer, email: Alysha.A.MacDonald2@usace.army.mil. All questions must be submitted in writing to the above point-of-contact(s). No phone calls. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process.

Contracting Office Address:

USACE District, Seattle, ATTN: CENWS-CT, 4735 EAST MARGINAL WAY SOUTH, BLDG 1202, Seattle, WA 98134

Overview

Response Deadline
None
Posted
Jan. 8, 2025, 12:29 p.m. EST
Set Aside
8(a) (8A)
Place of Performance
Tucson, AZ 85707 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Odds of Award
85%
On 1/8/25 USACE Seattle District issued Presolicitation W912DW25R0013 for DLA-Tucson Reflow, Warehouse, and Admin Renovation Project. The opportunity was issued with a 8(a) (8A) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2GZ.
Primary Contact
Name
Jacanna Wyatt   Profile
Phone
(206) 764-3203

Secondary Contact

Name
Alysha MacDonald   Profile
Phone
(206) 764-3500

Documents

Posted documents for Presolicitation W912DW25R0013

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DW25R0013

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912DW25R0013

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DW25R0013

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DW25R0013

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT SEATTLE
FPDS Organization Code
2100-W912DW
Source Organization Code
100221304
Last Updated
Feb. 7, 2025
Last Updated By
alysha.a.macdonald2@usace.army.mil
Archive Date
Feb. 7, 2025