Description
DESCRIPTION : The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR26RA012 for the alteration and renovation of the existing 78,625 square foot LTC Luis E. Martinez ARC training building, construction of a new 19,363 square foot collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS), and new 50,747 square foot Organizational Storage Building located in Perrine, FL. Supporting facilities include land clearing, building demolition, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, mobile kitchen trailer pad, SATS Trailer canopy, fencing, general site improvements and utility connections. Swing space using temporary relocatable facilities, 13,200 square feet, at Homestead Air Reserve Base will also need to be provided prior to start of construction at the Perrine Army Reserve Center. Contractor will be responsible for the temporary facility design, installation including utilities, maintenance, and removal at the end of the construction contract period. The Contract Duration is estimated at 1020 calendar days from Contract Award. TYPE OF CONTRACT AND NAICS : This RFP will be 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 : This acquisition will be a Full and Open procurement. A small business sub-contracting plan will be required prior to award. SELECTION PROCESS : This is a Design/Bid/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and 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, Technical Factor(s) such as management plan, Subcontracting plan, and Price and 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 cost or price. DISCUSSIONS : The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE : The Government anticipates releasing the solicitation on or about 28 May 2026. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates, times, and base access information will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to https://sam.gov. SOLICITATION WEBSITES : The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at federal Contr…
Classification
Place of Performance
Contracting Office
Contacts