Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2025 SAM #8599
SOLICITATION NOTICE

Z -- Addition & Renovation of Aerospace Ground Equipment Facility, Building 820 � Minneapolis-St. Paul IAP ARS, Minnesota

Notice Date
6/10/2025 10:39:09 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR25BA019
 
Response Due
6/25/2025 11:00:00 AM
 
Archive Date
07/10/2025
 
Point of Contact
Adam Brooks
 
E-Mail Address
adam.m.brooks@usace.army.mil
(adam.m.brooks@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP), Solicitation No. W912QR25BA019, for a fully designed project to include Addition & Renovation of Aerospace Ground Equipment Facility, Building 820 � Minneapolis-St. Paul IAP ARS, Minnesota. A description of the construction project is as follows: Design Bid Build. This project includes both renovation/repair and new construction. REPAIR: Renovate/repair 7,470 SF of existing mechanical systems (fire suppression and heating, ventilating, and air conditioning (HVAC) within the existing facility. NEW CONSTRUCTION: Construct an 8,300 SF steel building addition to B820 to include concrete foundation and floor slab, steel frame, insulated membrane low-sloped roof, profile metal exterior siding, concrete masonry unit (CMU) interior walls, interior finishes, heating, ventilation, and air conditioning (HVAC), electrical and communications systems. This project includes all architectural, structural, mechanical, and electrical systems for a complete and usable facility. The Contract Duration is expected to be 500 calendar days from Administrative Notice to Proceed. 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 set-aside 100% for Small Businesses. SELECTION PROCESS: This is a Design/Bid/Build procurement, Invitation For Bid, sealed bid. 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 $5 million and $10 million in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 25 June 2025. Additional details can be found in the solicitation when it is posted to www.SAM.gov SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, www.SAM.gov. Paper copies of the solicitation will not be issued. 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. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at www.SAM.gov. Amendments, if/when issued, will be posted to the above referenced 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 website periodically for any 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 Contract Specialist Adam Brooks at Adam.M.Brooks@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8fbb488baaef4ad39ab04a33a594f95a/view)
 
Place of Performance
Address: Minneapolis, MN, USA
Country: USA
 
Record
SN07471897-F 20250612/250610230048 (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.