SOLICITATION NOTICE
Z -- Pre-Solicitation - W912HN25B4003 - PN: UHHZ220096 - Repair/Renovate SW Annex - B125 - Robins Air Base, Georgia.
- Notice Date
- 5/2/2025 7:21:35 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN25B4003
- Response Due
- 5/16/2025 8:00:00 AM
- Archive Date
- 05/31/2025
- Point of Contact
- Fabiola Ducelus, Phone: 9126525315, Gregory Graham, Phone: 9126525476
- E-Mail Address
-
fabiola.ducelus@usace.army.mil, gregory.m.graham@usace.army.mil
(fabiola.ducelus@usace.army.mil, gregory.m.graham@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-Solicitation Notice Synopsis For W912HN25B4003 Repair/Renovate Southwest Annex B125 Robins Air Base, GA The U.S. Army Corps of Engineers {USACE) Savannah District intends to issue an Invitation for Bid (IFB) W912HN25B4003 for Project Number: UHHZ220096, Repair/Renovate Southwest Annex, B125, Robins Air Base, Georgia. Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no bids are being accepted. The subsequent solicitation will result in a C-Type Stand-alone contract. Type of Contract & NAICS: This Acquisition will be solicited using FAR Part 14, Sealed Bid Procedures for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220 � Commercial and Institutional Building Construction, with a Small Business size standard of $45M. Product Service Code: Z2JZ � Repair or Alteration of Miscellaneous Buildings. Type of Set-Aside: This acquisition is being offered as a 100% Total Small Business Set-Aside. Construction Magnitude: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000. Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 16 May 2025 and the approximate closing date is on or about 17 June 2025. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. Period of Performance: The period of performance including all options is 540 Calendar Days after the issuance of the notice to proceed. Project Scope: All work necessary to renovate the office area at the southwestern section of Building 125 adjacent to Dock #3 (hereinafter referred to as the SW Office Block). The SW Office Block consists of three floors of administration area totaling 16,000 square feet constructed with the main area of Building 125 in 1941. The total building area including all floors for Building 125 is 593,000 square feet of which the project area is 2.7% of the total. Work shall include removal of most of the interior partitions, reconstruction of the toilet rooms, construction of new partitions, and the installation of new finishes, ceilings, HVAC (Heating, Ventilation and Air Conditioning), plumbing, electrical, fire suppression system, fire alarm system, mass notification system and a new elevator. Additional repair will be needed to replace the roofing along with several cracked roof trusses. Hazardous material abatement is involved due to asbestos tile, lead based paint and possibly mold. A new elevator will be added to address handicap accessibility This project is fully designed, and all technical specifications and drawings will be provided at the issuance of the Solicitation. Solicitation Website: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System {SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, 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. Contractors must register at the SAM website at https://sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation. Registrations: System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/. Point of Contacts: Contracting Officer - Mr. Greg Graham - gregory.m.graham@usace.army.mil, Contract Specialist - Ms. Fabiola Ducelus - fabiola.ducelus@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6b480a2aaea04a12ad5bbbd22f574d7e/view)
- Place of Performance
- Address: Warner Robins, GA, USA
- Country: USA
- Country: USA
- Record
- SN07429381-F 20250504/250502230049 (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 |