*****VIRTUAL PUBLIC BID OPENING INFORMATION******
Virtual Public Bid Opening - W912HN25B4003 Repair/Renovate Southwest Annex B125 Robins Air Base, GA |
https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_5d4513aad6a043debb681cb8e3ebbdcf%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: 993 977 166 838
Passcode: wC6fG9Du
Dial in by phone
+1 503-207-9433,,521851591# United States, Beaverton
Find a local number
Phone conference ID: 521 851 591#
******B125 Historic Structure Report has been added to Attachments*****
AMD 0002 – Drawings and Specifications have been updated. Proposal due date has been extended to 24 July 2025 at 1100 hrs via the PIEE Module. A Second site visit has been scheduled, please see below for is instructions. All other terms and conditions remain unchanged.
AMD 0001 Edit - The magnitude of construction is $5M to $10M as stated below, not $25M to $50M as stated on the the SF1442. This will be corrected in a future amendment.
AMD 0001 - Extends proposal due date and updates Wage Determination. All other terms and conditions remain unchanged.
Solicitation Notice Synopsis
W912HN25B4003
Repair/Renovate Southwest Annex B125
Robins Air Base, GA
The U.S. Army Corps of Engineers {USACE) Savannah District is issuing an Invitation for Bid (IFB) W912HN25B4003 for Project Number: UHHZ220096/UHHZ180110, Repair/Renovate Southwest Annex, B125, Robins Air Base, Georgia.
Note: This 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 a Small Business size standard of $45M.
Product Service Code: Z2JZ – Repair or Alteration of Miscellaneous Buildings.
Type of Set-Aside: This acquisition is being offered as a 100% Total Small Business Set-Aside.
Construction Magnitude: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000.
Site Visit: Site Visit 2 An organized site visit for inspection of the roof has been scheduled for—
11 July 2025 from 09:30-12:30
Those requiring escort to the flightline shall meet at the USACE office at 09:30 and site visit will begin at 10:00.
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 125.
Contractors interested in attending the second site visit to inspect the roof of B125 need to email Madison Plue (Madison.A.Plue@usace.army.mil) and Gerall Smalls (gerall.a.smalls@usace.army.mil) the completed “Badge Request Memo Template” with all attendee information no later than 17:00 on 9 July 2025. The “Badge Request Memo Template” is uploaded as an attachment on the PIEE solicitation and in SAM.gov. The Government cannot guarantee that requests sent after 17:00 on 9 July 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.
Proposal Due Date: Proposal will be due 24 July 2025 at 1100hrs EDT via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
Period of Performance: The period of performance is 540 Calendar Days after the issuance of the notice to proceed.
Project Scope: All work necessary to renovate the office area at the southwestern section of Building 125 adjacent to Dock #3 (hereinafter referred to as the SW Office Block). The SW Office Block consists of three floors of administration area totaling 16,000 square feet constructed with the main area of Building 125 in 1941. The total building area including all floors for Building 125 is 593,000 square feet of which the project area is 2.7% of the total. Work shall include removal of most of the interior partitions, reconstruction of the toilet rooms, construction of new partitions, and the installation of new finishes, ceilings, HVAC (Heating, Ventilation and Air Conditioning), plumbing, electrical, fire suppression system, fire alarm system, mass notification system and a new elevator. Additional repair will be needed to replace the roofing along with several cracked roof trusses. Hazardous material abatement is involved due to asbestos tile, lead based paint and possibly mold. A new elevator will be added to address handicap accessibility
This project is fully designed, and all technical specifications and drawings are provided for the Solicitation via PIEE.
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. Fabiola Ducelus – Fabiola.ducelus@usace.army.mil