Search Contract Opportunities

W912HN25BA007 (W912HN25B4002) Renovate Bldg. 59D Robins AFB, GA   2

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

Description

Posted: Aug. 13, 2025, 11:32 a.m. EDT

The Bid Abstract has been posted.

Microsoft Teams Virtual Public Bid Opening - W912HN25B4002 - Renovate Bldg. 59D Robins AFB, GA

Bid opening will start 12:00PM Eastern

https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_4757013d26e5445898aafc81d03e8018%40thread.v2/0?context=%7b%22Tid%22%3a%22fc4d76ba-f17c-4c50-b9a7-8f3163d27582%22%2c%22Oid%22%3a%229c2e8df8-dc3e-4d45-801d-c722c2e6c80b%22%7d

Meeting ID: 993 387 149 301

Passcode: Yr2vj3Kc

Dial in by phone

+1 503-207-9433,,564424052# United States, Beaverton

Find a local number

Phone conference ID: 564 424 052#

--------------UPDATE--------------------

A Project Labor Agreement will not be required for this procurement. The Davis Bacon Wage Determination GA20250322 has been updated with an effective date of 8/8/2025. Please ensure you utilize this wage determination with your bid submission. Virtual Bid opening information will be provided on Monday 8/11/2025.

AMD 0006 - This amendment provides changes to the proposal due date. The proposal due date has been extended to 12 August 2025 @ 1100 HRS EDT via PIEE. All other terms and conditions remain unchanged.

AMD 0005 - This amendment provides changes to the proposal due date. The proposal due date has been extended to 8 August 2025 @ 1100 HRS EDT via PIEE. All other terms and conditions remain unchanged.

Additional Market Research is being conducted in accordance with Federal Acquisition Regulation (FAR) 22.5 - Project Labor Agreement. Please review and complete the linked survey. It will be available from Today through 30 June 2025 at 1100Hrs. Your responses will be beneficial in determining if the inclusion of a Project Labor Agreement into this Solicitation will benefit the Government, or if an exception to exclude the PLA will be necessary. Thank you for your time. A future amendment will be made with the final determination.

https://forms.osi.apps.mil/r/wevCH41F5g

AMD 0004 This amendment provides an extension to the proposal due date, from 17 June to 31 July at 1100hrs via the PIEE Solicitation Module. The wage determination has been updated. Specifications have been updated, the documents reflect changes for referring to AMD 3, however they are correct.

Meeting Minutes and Sign in Roster for Site Visit 2 has been attached below.

AMD 0003 -This amendment provides an extension to the proposal due date, from 4 June 2025 to 17 June 2025 @ 1100 HRS EDT via PIEE. A second site visit has been added for 3 June 2025. Please see Site Map 2 and the instructions below.

AMD 0002 - This amendment provides changes to the proposal due date. The proposal due date has been extended to 4 June 2025 @ 1100 HRS EDT via PIEE. Additionally, the period of performance has been adjusted to 1080 days. This amendment has included the small business subcontracting targets.

Solicitation Notice For

W912HN25BA007/W912HN25B4002

Project No: UHHZ143000

Renovate Bldg. 59D

Robins AFB, GA

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

Note: The 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.

Proposal Due Date: 31 July 2025 at 1100hrs EDT via PIEE module linked below.

Site Visit: A second organized site visit has been scheduled for-- 03 June 2025 from 14:00-16:00.

Contractors who require escort to the flightline will meet at the USACE Office parking lot. USACE representatives will escort visitors to the project site. Vehicles will require a company logo magnet, sticker, etc. to enter the flightline. Individuals who already possess base and flightline access may meet at Building 59.

Contractors interested in attending the second site visit need to email Gerall Smalls (gerall.a.smalls@usace.army.mil) the completed Badge Request Memo Template with all attendee information no later than noon on 30 May 2025. The Badge Request Memo Template is uploaded as an attachment on the PIEE solicitation. The Government cannot guarantee that requests sent after noon on 30 May 2025 will be processed in time to allow access to site. Access passes can be retrieved at the Watson Blvd Visitor Center. Visitor Center hours are 07:15 16:30. Ensure names provided match the ID that will be presented.

Period of Performance: The period of performance including all options is 1080 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 are provided in the PIEE Module.

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/.

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/

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

Posted: Aug. 12, 2025, 10:08 a.m. EDT
Posted: Aug. 11, 2025, 12:32 p.m. EDT
Posted: Aug. 8, 2025, 2:15 p.m. EDT
Posted: Aug. 8, 2025, 1:49 p.m. EDT
Posted: Aug. 7, 2025, 2:54 p.m. EDT
Posted: Aug. 7, 2025, 1:42 p.m. EDT
Posted: July 30, 2025, 2:03 p.m. EDT
Posted: June 12, 2025, 1:52 p.m. EDT
Posted: June 10, 2025, 9:10 a.m. EDT
Posted: May 29, 2025, 8:39 a.m. EDT
Posted: May 14, 2025, 9:06 a.m. EDT
Posted: May 14, 2025, 8:45 a.m. EDT
Posted: April 28, 2025, 11:17 a.m. EDT
Posted: April 9, 2025, 10:12 a.m. EDT
Posted: April 7, 2025, 2:38 p.m. EDT
Background
The U.S. Army Corps of Engineers (USACE) Savannah District is issuing an Invitation for Bid (IFB) for Project Number UHHZ143000, which involves the renovation of Building 59D at Robins Air Force Base (AFB), Georgia. The goal of this contract is to enhance the functionality and safety of the facility in alignment with the mission of USACE.

Work Details
The project entails comprehensive renovations to approximately 142,202 square feet of existing dry de-paint process facilities, converting them to a chemical process in Building 59. Specific tasks include:

- Replacing the concrete dock floor and trench drain system;
- Repairing roof vibration issues from exhaust fans;
- Overhauling the dust filtration system, central plant system, chillers, cooling towers, pumps, fans, motors, outside air handling units and associated piping;
- Upgrading fire alarm and fire sprinkler systems;
- Enhancing security lighting and communication support;
- Refurbishing the roofing system;
- Implementing a chemical pre-treatment system;
- Upgrading electrical systems.

Additionally, residual paint dust will be cleaned, and cybersecurity measures for HVAC control systems will be provided. The project also includes replacing the damaged fire control system in Building 62, which involves replacing fire protection pumps (including jockey pump), motors, controllers, isolation valves (including tamper switches), transformer, and GFCI outlets. New water lines will be installed for cooling water supply to the pumps. An industrial lift station and associated piping will also be installed. This project is fully designed with all technical specifications and drawings available in the PIEE Module.

Period of Performance
The period of performance for this contract is 540 calendar days following the issuance of the notice to proceed.

Place of Performance
The construction projects will be performed at Robins Air Force Base, Georgia.

Overview

Response Deadline
Aug. 12, 2025, 11:00 a.m. EDT (original: May 7, 2025, 11:00 a.m. EDT) Past Due
Posted
April 7, 2025, 2:38 p.m. EDT (updated: Aug. 13, 2025, 11:32 a.m. EDT)
Set Aside
None
Place of Performance
ROBINS AFB, GA USA Warner Robins, GA United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
On 4/7/25 USACE Savannah District issued Solicitation W912HN25BA007 for W912HN25BA007 (W912HN25B4002) Renovate Bldg. 59D Robins AFB, GA due 8/12/25. The opportunity was issued full & open with NAICS 236220 and PSC Z2JZ.
Primary Contact
Name
Gregory Graham   Profile
Phone
None

Secondary Contact

Name
Alicia Scott   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Sonya Ransom Profile sonya.m.ransom@usace.army.mil None

Documents

Posted documents for Solicitation W912HN25BA007

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912HN25BA007

Contract Awards

Prime contracts awarded through Solicitation W912HN25BA007

Incumbent or Similar Awards

Contracts Similar to Solicitation W912HN25BA007

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912HN25BA007

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912HN25BA007

Experts for W912HN25BA007 (W912HN25B4002) 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
Aug. 13, 2025
Last Updated By
alicia.d.scott@usace.army.mil
Archive Date
Aug. 7, 2026