Search Contract Opportunities

Repair/Replace HVAC VRF Systems in Buildings 1098 and 2400, and Replace windows at Historical Building 102, Fort Leavenworth, KS   2

ID: W912DQ25RA041 • Type: Presolicitation • Match:  85%
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

No response is required for this notice. This is an informational pre-solicitation notice.

The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a contract for Construction of the Replacement HVAC for Buildings 1098, 2400, and Historical Building102, and window repairs for Historical Building 102 at Fort Leavenworth, Kansas removal/replacement of existing Fire Alarm and Mass Notification Systems with combination Intelligent Addressable Fire Alarm (FA) and Mass Notification Systems (MNS) in accordance with local building standards and regulations. The Government proposes to issue a firm fixed price type design-build (DB) contract award for this project.

Fort Leavenworth has the requirement to replace the HVAC Variable Refrigerant Flow (VRF) systems for Buildings 1098, and 2400, and window replacement for Historical Building 102 with options for replacement of HVAC VRF system for Historical Building 102 and removing and replacing existing Fire Alarm and Mass Notification Systems and installation of new combination Intelligent Addressable Fire Alarm (FA) and Mass Notification Systems (MNS) in Buildings 1098 and 2400. Building 102 is part of the Fort Leavenworth National Historic Landmark District. The Secretary of the Interior's Standards for the Treatment of Historic Properties will apply.

At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly.

At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation.

In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $5,000,000 and $10,000,000.

This solicitation will be issued as a Request for Proposal (RFP), open to all Small Businesses. Submission requirements and evaluation procedures will be detailed in the solicitation. The RFP will result in the award of a single firm fixed price (FFP) construction contract.

The estimated performance period for completion of construction is about 540 calendar days from Notice to Proceed (NTP).

Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000.00 whichever is less.

Payment Bond will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued.

Proposals will be due on the day and time specified in the solicitation.

We anticipate release of the solicitation in the next 15 days, to ensure you do not miss this notice we recommend contractors register as interested vendors. If you register as an interested vendor, you will be automatically notified if there are any changes made regarding this notice, including when the actual solicitation is posted.

The solicitation will be available on or about 06 June 2025 and proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times.

The North American Industry Classification (NAICS) Code for this project is 238220, with a size standard of $19,000,000.00. This solicitation is being issued as a total Small Business aside open to all Small Businesses.

Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system, a Federal Government owned and operated free web site. All vendors must verify their information through this web site.

To view or download the solicitation requires registration at the SAM.gov website at https://sam.gov/. Downloads and instructions are available through this website. Any amendments will only be available from this website. Offerors are responsible for checking the website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website.

Background
The U.S. Army Corps of Engineers, Kansas City District, is planning to solicit and award a contract for the construction of replacement HVAC systems for Buildings 1098 and 2400, as well as window repairs for Historical Building 102 at Fort Leavenworth, Kansas.

This project also includes the removal and replacement of existing Fire Alarm and Mass Notification Systems with new combination Intelligent Addressable Fire Alarm (FA) and Mass Notification Systems (MNS). The goal is to comply with local building standards and regulations while preserving the historical integrity of Building 102, which is part of the Fort Leavenworth National Historic Landmark District.

Work Details
The contract will involve the following construction tasks:
1. Replacement of HVAC Variable Refrigerant Flow (VRF) systems in Buildings 1098 and 2400.
2. Replacement of windows in Historical Building 102.
3. Options for replacing the HVAC VRF system in Historical Building 102.
4. Removal and replacement of existing Fire Alarm and Mass Notification Systems in Buildings 1098 and 2400.
5. Installation of new combination Intelligent Addressable Fire Alarm (FA) and Mass Notification Systems (MNS) in the aforementioned buildings.

The project must adhere to the Secretary of the Interior’s Standards for the Treatment of Historic Properties.

Period of Performance
The estimated performance period for completion of construction is approximately 540 calendar days from Notice to Proceed (NTP).

Place of Performance
Fort Leavenworth, KS 66027 USA

Overview

Response Deadline
June 22, 2025, 2:00 p.m. EDT Past Due
Posted
May 22, 2025, 10:42 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fort Leavenworth, KS 66027 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
80%
On 5/22/25 USACE Kansas City District issued Presolicitation W912DQ25RA041 for Repair/Replace HVAC VRF Systems in Buildings 1098 and 2400, and Replace windows at Historical Building 102, Fort Leavenworth, KS due 6/22/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238220 (SBA Size Standard $19 Million) and PSC Z1JZ.
Primary Contact
Name
Jane Bramel   Profile
Phone
(816) 389-3051

Secondary Contact

Name
Stephanie R. Kretzer   Profile
Phone
(816) 389-2355

Documents

Posted documents for Presolicitation W912DQ25RA041

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DQ25RA041

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912DQ25RA041

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DQ25RA041

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DQ25RA041

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST KANSAS CITY
FPDS Organization Code
2100-W912DQ
Source Organization Code
100255257
Last Updated
July 7, 2025
Last Updated By
jane.e.bramel.mil@army.mil
Archive Date
July 7, 2025