Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2025 SAM #8676
SOLICITATION NOTICE

Y -- Design Build to Budget, Bldg. 24401, Fort Gordon, GA

Notice Date
8/26/2025 10:56:36 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN25RA018
 
Response Due
9/30/2025 8:00:00 AM
 
Archive Date
10/15/2025
 
Point of Contact
Glenda Canty, Alicia Scott
 
E-Mail Address
glenda.a.canty@usace.army.mil, alicia.d.scott@usace.army.mil
(glenda.a.canty@usace.army.mil, alicia.d.scott@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE) Savannah District is issuing a Request for Qualifications-Phase 1 Solicitation for W912HN25RA018 for Project Number: 108466, Design Build to Budget, Bldg. 24401, Fort Gordon, GA. Product Service Code: Y1FC � Construction of Troop Housing Facilities Type of Set-Aside & NAICS: Unrestricted, Full and Open Construction Magnitude: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000. Proposal Due Date: 30 September 2025 via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module Period of Performance: The period of performance including all options is anticipated to be 1,000 Calendar Days after the issuance of the notice to proceed. Description of Work: Design and construct an approximately 45,000 GSF; 94-bed barracks utilizing the Design-Build Done Right process in Ft Eisenhower, GA. The barracks will be designed to meet the AMC/HQIMCOM directed Army UEPH Standards to accommodate 94 soldiers. Project will include demolition of existing structure and replacing on the same site. Project will also include access control, intrusion detection system and infrastructure for future CCTV, EMCS, fire protection and alarm systems, cybersecurity measures, sustainability and energy measures and 100% redundancy for heating and cooling. The project will also include sitework, utilities, lighting, paving, parking, sidewalks, storm and sewer systems, gutters and curbs, information systems, landscaping and signage. Acquisition Approach: This acquisition will be awarded in accordance with (IAW) FAR Subpart 36.3 - Two-Phase Design-Build Selection Procedures. Qualification proposals will be evaluated in Phase1 to determine which offers will submit proposals for Phase 2. The government will select three (3) of the most highly qualified offerors and request those offerors submit Phase 2 proposals. Only those selected offerors are authorized to submit Phase 2 proposals. All responsible sources may submit a Phase 1 proposal. In Phase 2, -offerors shall submit an offer subject to Project Labor Agreement (PLA) requirements and the solicitation does not change the terms of the contract or provide for any price adjustment by the government. Those unsuccessful Offerors who provide a responsive proposal in Phase 2 will be paid a stipend up to $150,000 to offset the costs associated with the preparation of required conceptual designs. FACTORS-REQUEST FOR QUALIFICATION (PHASE1) FACTOR 1 -Proof of Bonding Capacity FACTOR 2 � Past Performance FACTOR 3 � Designer Experience This solicitation describes the methodology to be used in the evaluation of Phase 1 proposals and provides instructions for the submission of the Phase 1 proposals. Instructions for submission of Phase 2 proposal will be provided in the phase 2 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 � Glenda Canty at glenda.a.canty@usace.army.mil Contract Specialist at alicia.d.scott@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/37cda37c56c64099be9699306b68f2f4/view)
 
Place of Performance
Address: Fort Gordon, GA, USA
Country: USA
 
Record
SN07566724-F 20250828/250826230046 (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.