SOLICITATION NOTICE
Z -- Project Number: 107120, Repair Barracks Building 2836 at Fort Benning, GA
- Notice Date
- 9/3/2025 5:58:34 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
- W912HN25RA001
- Response Due
- 10/15/2025 8:00:00 AM
- Archive Date
- 10/30/2025
- Point of Contact
- Brandon Moore, Phone: (912) 652-5183, David Lione, Phone: (912) 652-6147
- E-Mail Address
-
brandon.p.moore@usace.army.mil, david.j.lione@usace.army.mil
(brandon.p.moore@usace.army.mil, david.j.lione@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Project Number: 107120, Repair Barracks Building 2836 at Fort Benning GA The U.S. Army Corps of Engineers (USACE) Savannah District has issued a Request for Proposal (RFP) W912HN25RA001 for Project No.: 107120, Repair Barracks Building 2836 at Fort Benning, GA. Type of Set-Aside: This acquisition is being offered as a 100% Small Business Set-Aside procurement under NAICS code identified below. Type of Contract and NAICS: This Acquisition is being solicited using FAR Part 15 Contracting by Negotiation Procedures for one (1) Firm-Fixed-Price (FFP) C-Type Standalone contract. The North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction, with size standard of $45.0M. Product Service Code: Z2FC - Repair or Alteration of Troop Housing Facilities Disclosure of Magnitude of Construction (FAR 36.204 and DFARS 236.204): The estimated magnitude of construction of this project is between $25,000,000 and $100,000,000. Reporting Requirements for Construction Contracts: The following link is provided to satisfy FAR 36.211(b) reporting requirements for construction contracts anticipated to be awarded to a small business. The information is accessed by clicking on ""View Construction Contract Modification Process"" (satisfying FAR 36.211(b)(1)) and ""View Construction Contract Modification Process Past Performance Data"" (satisfying FAR 36.211(b)(2)) on the website provided. https://www.usace.army.mil/Business-With-Us/Partnering/mod/129895/details/443/ Period of Performance: The period of performance is 800 Calendar Days after the issuance of the notice to proceed. Project Scope: The project repairs the failed and failing components of Transient UPH Barracks Building 2836 at Fort Benning, GA. Components that require repair include exterior walls, windows, fire protection, interior walls, doors, insulation, interior finish, finish floors, roof and ceilings, plumbing, HVAC, HVAC controls, electrical, electrical service and distribution, and building information systems. This project also includes the removal of any mold present in the building and abatement of Asbestos Contaminated Material (ACM) and any lead-based paint that may be present. This project will also reconfigure the permanent party barracks rooms from a 2+0 configuration to an open bay configuration and includes sitework for upgrade of utilities and incidental site improvements. Acquisition Approach: This acquisition will be awarded in accordance with (IAW) FAR Part 15 Contracting by Negotiation and awarded using FAR 15.101-2 Lowest Price Technically Acceptable (LPTA) and DOD Source Selection Procedures (DODSSP). Proposals will be evaluated in accordance with the Acceptable/Unacceptable criteria on a LPTA basis under the best value continuum for this Design Bid-Build Requirement. One contract will be awarded based on the lowest evaluated price of proposals meeting the acceptability standards for non-cost factors. The Government will evaluate the Offerors' qualifications against the evaluation criteria. The Source Selection Evaluation Board (SSEB) will evaluate the three Offerors with the lowest price for technically acceptability with the intent to have at least two offerors that are technically acceptable for the price reasonableness determination. If three or less proposals are received, all proposals will be evaluated for technical acceptability. If three or more proposals are received, and the three lowest priced offerors are not all determined technically acceptable, the SSEB will continue to evaluate subsequent lowest priced offerors until at least three are determined technically acceptable. The Government will evaluate price reasonableness based on a minimum of two technically acceptable offerors. Evaluation Criteria: Award will be made to the responsible Offeror whose proposal represents best value to the Government utilizing LPTA source selection procedures. The Government reserves the right to make award to other than the lowest price based on the results of the technical acceptability evaluation and to reject any and all offers. (SUBJECT TO CHANGE, PLEASE REVIEW SOLICITATION ONCE ISSUED) Factor 1 - Past Performance Factor 2 - Technical Approach (Quality Control) Factor 3 - Price Solicitation Website: The official solicitation is available free of charge by electronic posting only and may be found at System of Award Management System (SAM) website, https://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 SAM website at https://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 https://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. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for proposals in response to the forthcoming solicitation is electronically 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: For this acquisition, the point-of-contacts are the Contract Specialists Mr. Brandon Moore whose email address is brandon.p.moore@usace.army.mil, Mr. Gerard Leo at gerard.f.leo@usace.army.mil and Contracting Officer Mr. David Lione whose email address is David.j.lione@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0f9c33ca8e384275a0b5ad45524c76a3/view)
- Place of Performance
- Address: Ft. Benning, GA, Fort Benning, GA, USA
- Country: USA
- Country: USA
- Record
- SN07576405-F 20250905/250903230043 (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 |