Subject: FY25 New Castle, PA Area Maintenance Support Activity / Vehicle Maintenance Shop (AMSA/VMS)
Notice ID: W912QR-25-AMSA-New Castle
Response Date: 12 March 2025
Description:
A market survey is being conducted in order to make acquisition decisions about a future project and to determine if there are a reasonable number of interested small business concerns to classify this future project as a small business set aside. If your firm is a Small Business, certified HUBZone, 8(a), Woman-Owned Small Business, or Service Disabled Veteran Owned Small Business and you are interested in this project, please respond appropriately.
Please note this is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources-sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
The proposed Design/Bid/Build project is for the construction of a 12,800 square foot single-story Area Maintenance Support Activity (AMSA) / Vehicle Maintenance Shop (VMS), to be built in the vicinity of New Castle, Pennsylvania.
The maintenance shop will be constructed to the United States Army Reserve (USAR) standards for collocated AMSA / VMS maintenance facilities. It will consist of three (3) 32'x96' drive through work bays (comprised of six 16'x32' work area per bay), work bay safety aisle, equipment alcove, tool/parts storage, flammable/controlled waste storage, fluid distribution room, maintenance administrative support, restrooms, and battery room. The project will also provide vehicle wash rack / platforms, a bi-level equipment loading ramp, concrete aprons, overhead bridge crane and adequate parking space for military and privately-owned vehicles.
Contract duration is estimated at 640 calendar days. The estimated cost range is between $25,000,000 and $100,000,000. The NAICS code is 236220. All interested Small Businesses, certified HUBZone, 8(a), Woman-Owned Small Businesses, or Service Disabled Veteran Owned Small Business contractors should respond to this survey by email no later than 12 March 2025 at 12:00 PM (Eastern Daylight Time).
Responses should include:
1. Identification and verification of the company’s small business status.
2. Contractor’s Unique Identifier Number and CAGE Code(s).
3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.
4. Descriptions of Experience – Interested construction firms must provide your firm’s past experience on no more than three (3) projects which are similar to this project in size and scope. Acceptable projects will have greater than 90% construction completion or will have been completed in the past five (5) years.
- Please ensure your response demonstrates experience that includes self-performing 15% of the construction and the type(s) of work that self-performed.
- Please provide at least one reference for each project listing the name, title, project role, e-mail address, and telephone number of the individual(s). References may be contacted to verify project size, scope, dollar value, percentages, and quality of performance.
Projects similar in scope to this project include: New construction of single-story Area Maintenance Support Activities, Vehicle Maintenance Shops, Army Reserve Centers, Military Headquarters Buildings, National Guard Armories, Educational Facilities, and Office Buildings. Please note that construction of pre-engineered metal buildings (PEMB) does not qualify as a project of similar scope.
Projects similar in size to this project include: Building(s) of at least 7,000 square feet.
Based on the information above, for each project submitted, include:
-
- Project Title
- Location
- General project Scope description
- Current percentage of construction complete and the date when it was or will be completed
- Whether the project was design/bid/build or design/build
- Offeror’s role in the project – (prime, sub, etc.?)
- Size of the project
- Dollar value of the construction contract
- The percentage & type(s) of work your company self-performed. Note: submitted projects must be at least 15% self-performed)
- Project Performance Reference (name, phone number, email address)
5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. For this project, please include the percentage of work that will be self-performed how it will be accomplished.
NOTE: The total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.
Email responses or questions to Contract Specialist Rachael McClellan at Rachael.L.McClellan@usace.army.mil.
NOTICE: The following information is provided for situational awareness. Active registration in SAM is not required to respond to this Sources Sought notice.
All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).”
Those not currently registered can obtain a Unique Entity ID (UEI - formerly known as a DUNS number) by going to the Entity Registration link at SAM.gov (https://sam.gov/content/entity-registration).
Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. Additional requirements for being eligible to compete for Federal Contracts can be found at the Basic requirements section of the Contracting Guide at SAM.gov (https://www.sba.gov/federal-contracting/contracting-guide/basic-requirements#id-register-with-sam).
Additional resources can be found on the U.S. Small Business Administration website (https://www.sba.gov).