Search Contract Opportunities

Renovate Bldg. 59D Robins AFB, GA   2

ID: W912HN25BA007 • Type: Presolicitation • Match:  90%
Opportunity 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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Pre-Solicitation Notice Synopsis For

W912HN25BA007

Project No.: UHHZ143000

Renovate Bldg. 59D

Robins AFB, GA

The U.S. Army Corps of Engineers {USACE) Savannah District intends to issue an Invitation for Bid (IFB) W912HN24BA007 for Project Number: UHHZ143000, Renovate Bldg. 59D, Robins AFB, GA.

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 size standard of $45M.

Product Service Code: Z2JZ- Repair or Alteration of Miscellaneous Buildings.

Type of Set-Aside: This acquisition is being offered as full and open, unrestricted with a HUB Zone evaluation preference.

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.

Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 7 April 2025 and the approximate closing date is on or about 7 May 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 repair/renovate approximately 142,202 square feet (13,211 square meters) of the existing dry de-paint process to a chemical process in Building 59. Paint processes will occur simultaneously in both Building 59P and Building 59D. In Building 59D, work shall consist of, but not be limited to: Replace concrete dock floor and trench drain system. Repair roof vibration issues from the exhaust fans. Repair dust filtration system, central plant system, chillers, cooling towers, pumps, fans, motors, outside air handling units and associated piping, fire alarm and fire sprinkler systems, security lighting, communication support, roofing system, chemical pre-treatment system, and electrical systems. Clean residual paint dusts. Provide cybersecurity for the facility related HVAC control system.

Additionally, all work necessary to replace the damaged fire control system in Building 62 will be completed. Work shall consist of, but not be limited to, replacing the fire protection pumps (including the jockey pump), motors, controllers, isolation valves

(including tamper switches), transformer, and GFCI outlets. The pumps will be connected back to the existing piping and the motors, controllers, transformer, and GFCI outlets will be connected to the existing electrical power connections. New water lines will be installed to provide cooling water for the packing on the pumps. An existing 4-inch pipe will be rerouted to provide better access to the equipment.

Install industrial lift station and associated piping.

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. Alicia Scott - alicia.d.scott@usace.army.mil

Overview

Response Deadline
April 7, 2025, 11:00 a.m. EDT Past Due
Posted
March 21, 2025, 10:27 a.m. EDT
Set Aside
None
Place of Performance
Warner Robins, GA 31098 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
$25,000,000 - $100,000,000 (value based on agency estimated range)
Odds of Award
52%
On 3/21/25 USACE Savannah District issued Presolicitation W912HN25BA007 for Renovate Bldg. 59D Robins AFB, GA due 4/7/25. The opportunity was issued full & open with NAICS 236220 and PSC Z2JZ.
Primary Contact
Name
Gregory Graham   Profile
Phone
(912) 652-5476

Secondary Contact

Name
Alicia Scott   Profile
Phone
(912) 525-5005

Documents

Posted documents for Presolicitation W912HN25BA007

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HN25BA007

Contract Awards

Prime contracts awarded through Presolicitation W912HN25BA007

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912HN25BA007

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HN25BA007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HN25BA007

Experts for Renovate Bldg. 59D Robins AFB, GA

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT SAVANNAH
FPDS Organization Code
2100-W912HN
Source Organization Code
100074192
Last Updated
April 22, 2025
Last Updated By
gregory.m.graham@usace.army.mil
Archive Date
April 22, 2025