Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
SOLICITATION NOTICE

Y -- USACE SPK DBB Construction - Schafer Dam HQ Bldg. and Maint. Shop - Porterville, CA

Notice Date
4/29/2025 4:51:47 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123825BA005
 
Response Due
5/15/2025 2:00:00 PM
 
Archive Date
05/30/2025
 
Point of Contact
Melanie A. Dewing
 
E-Mail Address
melanie.a.dewing@usace.army.mil
(melanie.a.dewing@usace.army.mil)
 
Description
The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates solicitation of a requirement for design-bid-build (DBB) construction services to be performed at Schafer Dam and Success Lake located in Porterville, California (CA). The project is anticipated to require DBB construction services to build a new single story 9,950 square foot (SF) Headquarters (HQ) Building and a new single story 3,200 SF Maintenance Shop to support USACE administrative, ranger, and maintenance staff. The buildings are anticipated to be metal stud construction and include management offices, open cubicle work areas, a conference room, dam monitoring & equipment rooms, a telecommunications room, mechanical & electrical room, restrooms, a kitchen, a storage room, a document room, a copy room, visitors� entry area, and maintenance area. The project is anticipated to include the demolition and removal of four (4) existing buildings, as well as new building construction, grading, utilities, asphaltic concrete paving, sidewalks, curbs, fencing, and landscaping. Construction of the new Maintenance Shop is anticipated to be procured as an optional Contract Line Item Number (CLIN). The Government anticipates construction work will be performed in the Spring of 2026 through approximately October 2027. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i), the magnitude of construction for the project is anticipated to be between $10,000,000.00 and $25,000,000.00. The Government intends to solicit an Invitation for Bids (IFB) that will result in award of a firm-fixed-price contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $45,000,000.00 annual revenue. The Product and Service Code (PSC) is anticipated to be Y1JZ, Construction of Miscellaneous Buildings. The solicitation is anticipated to be issued as a total small business set-aside through the Procurement Integrated Enterprise Environment (PIEE - https://piee.eb.mil) and Governmentwide Point of Entry, the System for Award Management (SAM - www.SAM.gov) in May 2025 with bids tentatively in June 2025. It is currently anticipated that the Government will conduct a pre-bid conference and site visit in late May 2025. The specific date, time, location, and access requirements will be identified in any forthcoming solicitation. Please DO NOT request an updated schedule if estimated dates are surpassed; the Government will release all information publicly through PIEE and SAM when updates are available. Requests for schedule updates may be ignored. A DRAFT copy of the requirement specifications are included as an attachment to this Notice. Changes may be made to this document prior to any subsequent solicitation. Questions related to the draft specifications will NOT be entertained; instructions for submitting questions related to any future solicited specifications will be included in any forthcoming solicitation. Any available technical data will be furnished with any forthcoming solicitation. Following solicitation release, all responsible sources may submit a bid that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. The anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system at least one (1) week prior to the anticipated bid due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a bid. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of bids as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit bids. All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. It is anticipated that any future solicitation and/or resulting contract will be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify), sustainable acquisition requirements and/or high-performance sustainable building design and construction practices (https://www.epa.gov/greeningepa/guiding-principles-federal-leadership-high-performance-and-sustainable-buildings). Further, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/95330008de6c499f9256ed3b35337dab/view)
 
Place of Performance
Address: Porterville, CA, USA
Country: USA
 
Record
SN07424635-F 20250501/250429230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.