Closed Solicitation · DEPT OF DEFENSE

    DESIGN-BUILD MAINTENANCE AND REPAIR ARMY RESERVE (MRAR) OF EQUIPMENT CONCENTRATION SITE (ECS), B-56767, AT NORTH CAVAZOS, TX

    Sol. W912QR25RA013SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)LOUISVILLE, KY
    Closed
    STATUS
    Closed
    closed Apr 25, 2025
    POSTED
    Mar 26, 2025
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Z2EB
    Product & service classification

    AI Summary

    The Department of Defense is soliciting proposals for the design-build maintenance and repair of the Equipment Concentration Site (ECS), B-56767, at North Cavazos, TX, under Solicitation No. W912QR25RA013. This project involves significant repairs and construction to an existing maintenance building, including HVAC, electrical systems, and accessibility improvements. The contract is a Firm-Fixed-Price type, set aside for small businesses, with an estimated duration of 913 days, subject to funding availability.

    Contract details

    Solicitation No.
    W912QR25RA013
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 26, 2025
    Response Deadline
    April 25, 2025
    NAICS Code
    236220AI guide
    PSC / Class Code
    Z2EB
    Contract Code
    2100
    Primary Contact
    Bonny Dylewski
    State
    KY
    ZIP Code
    40202-2230
    AI Product/Service
    service

    Award information

    Awardee
    null
    Award Date

    Description

    Request for Proposal (RFP), Solicitation No. W912QR25RA013 is issued for the repair of a failing Equipment Concentration Site (ECS), B-56767, at North Cavazos, TX.  This project will repair and construct an addition to an existing ~26,000 square feet of the maintenance part of the Equipment Concentration Site, Maintenance Building 56767, that is in a failing condition, and has not undergone any major infrastructure or system repairs, only limited maintenance and repair work has occurred.  The project includes repair of HVAC and Electrical systems, remove non-structural interior walls to right-size rooms and create open flexible workspace, restore inadequate and non-code compliant bathrooms, repair light fixtures with code compliant units, failed flooring, code compliant fire alarm and suppression system, repair electrical conduit distribution throughout the facility.  Access for individuals with disabilities will be provided to include a code compliant entrance ramp.   The restored facility will meet minimum DOD Antiterrorism standards.  This project contains options.

    The contract duration is estimated at 913 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, Schedule Narrative, 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.

    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."

    Key dates

    1. March 26, 2025Posted Date
    2. April 25, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    DESIGN-BUILD MAINTENANCE AND REPAIR ARMY RESERVE (MRAR) OF EQUIPMENT CONCENTRATION SITE (ECS), B-56767, AT NORTH CAVAZOS, TX is a federal contract award from DEPT OF DEFENSE. Review the award details including the awardee, contract value, and NAICS code.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.