Search Contract Opportunities

DTA Manned/Unmanned Tactical Vehicle Lab

ID: W91QR25-093746 • Type: Presolicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

DTA Manned/Unmanned Tactical Vehicle Lab - Pre-Solicitation Synopsis

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (Single Phase Evaluation Board RFP) for the Manned/Unmanned Tactical Vehicle Lab for the Ground Vehicle Systems Center at Detroit Arsenal (DTA), located in Warren, MI. This project is for the design/bid/build construction of a new Ground Transport Equipment Building to support eight tactical vehicle integration labs. Project includes associated vehicle parking with vehicle integration labs, bench lab, and engineering-design space to enable the integration of technology required for the transformation of current combat systems to manned-unmanned systems to meet the Army's strategic program delivery requirements, information systems, fire pump and alarm systems, Intrusion Detection System (IDS) installation, Cybersecurity and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by self-contained systems for the entire facility. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided.

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: Full and Open Competition (Unrestricted).

SELECTION PROCESS: This will be a single-phase Design-Bid-Build procurement process. The proposals will be evaluated using a Best Value Trade-Off Process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in section 00 22 12 of the Solicitation, for review and consideration by the Government. The selection process will evaluate factors such as (not necessarily in order): Past Performance, Technical Approach, and Small Business Participation Plan. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information, and Subcontracting Plan will also be required to meet the minimum requirements of the solicitation.

All evaluation factors, other than cost or price, are considered approximately equal to cost or price.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be more than $10,000,000 in accordance with FARS 36.204.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation mid-April 2025. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://Sam.gov. PLEASE BE SURE TO SEND RESPONSES TO THE INDIVIDUAL LISTED IN THE SOLICITATION AND BE AWARE OF THE DATE FOR SUBMISSION IF YOU WISH TO ATTEND THE SITE VISIT.
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, http://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 Contracting Opportunities website at http://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://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 Stephanie Drees, Contract Specialist, at stephanie.n.drees@usace.army.mil

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Overview

Response Deadline
April 2, 2025, 11:00 a.m. EDT Past Due
Posted
March 17, 2025, 2:03 p.m. EDT
Set Aside
None
Place of Performance
Warren, MI United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
79%
On 3/17/25 USACE Louisville District issued Presolicitation W91QR25-093746 for DTA Manned/Unmanned Tactical Vehicle Lab due 4/2/25. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Stephanie Drees   Profile
Phone
(502) 315-3270

Documents

Posted documents for Presolicitation W91QR25-093746

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Presolicitation W91QR25-093746

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W91QR25-093746

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W91QR25-093746

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
April 17, 2025
Last Updated By
stephanie.n.drees@usace.army.mil
Archive Date
April 17, 2025