Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2025 SAM #8504
SOLICITATION NOTICE

Y -- Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana

Notice Date
3/7/2025 10:40:39 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25R0009
 
Response Due
3/21/2025 12:00:00 PM
 
Archive Date
04/05/2025
 
Point of Contact
Shawna West, Michael Saldana
 
E-Mail Address
shawna.m.west2@usace.army.mil, michael.e.saldana@usace.army.mil
(shawna.m.west2@usace.army.mil, michael.e.saldana@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SOLICITATION NUMBER: W912DW25R0009 TITLE: FY25 Commercial Entrance Control Facility LOCATION: Malmstrom Air Force Base, Great Falls, Montana FSC CODE: Y1LZ � Construction of Parking Facilities NAICS CODE: 236220, Commercial and Institutional Building Construction ISSUE DATE: On or about mid-late March 2025 RESPONSE DATE: On or about mid-early April 2025 8(a) Competitive Set-Aside FOR INFORMATION ONLY: This Synopsis/Pre-solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this synopsis should be submitted in writing via email to the Contract Specialist as noted below. The United States Army Corps of Engineers (USACE) Seattle District anticipates solicitation and award of a Firm-Fixed-Price contract resulting from Request for Proposal (RFP) W912DW25R0009. This RFP is available to all business firms with active System for Award Management (SAM) registration under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction. In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 236.204, construction magnitude is estimated to be in the range of $10,000,000 to $25,000,000. 100 percent payment and performance bonds will be required. Project Description: Construct, for Sentinel construction activities, a concrete, steel, and concrete masonry unit (CMU) large vehicle inspection station (LVIS) that will include circulation roads, vehicle parking areas, inspection station and support building, ballistic-rating over watch tower, gatehouse, canine rest area; equipment storage, driver waiting area; Under Vehicle Surveillance System (UVSS); fencing; and active and passive barriers to include 2 pop-up wedge barriers, site improvements, storm drainage, and fire suppression. A new convoy access road with barriers will be required to replace existing convoy access road. Please be advised of on-line registration requirement in the SAM database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. Your firm must be registered with https://sam.gov/ to download the solicitation documents. Downloads are available only through https://sam.gov/. Offerors are responsible for checking https://sam.gov/ frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror�s inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to https://sam.gov/ and add the solicitation to your �Watchlist.� If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me to Interested Vendors� button in the listing for this solicitation. Your firm�s proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. To view the Solicitation when posted, Vendors must have an active registration in SAM.gov. For PIEE registration, training, and instructions for posting an offer, refer to the following links: PIEE Registration_ https://piee.eb.mil/ Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. Please be advised that when using the PIEE Solicitation Module, the user�s email address in PIEE must match the email address on file in SAM.gov. PIEE Solicitation Module Training and instructions are accessible through PIEE � Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select �Solicitation Module� -- �Proposals (Offers)� � �Posting Offer�) For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox � eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module The point-of-contacts for administrative or contractual questions is Shawna West, contract specialist, at shawna.m.west2@usace.army.mil and Michael Salda�a, contracting officer, email: michael.e.saldana@usace.army.mil. All questions must be submitted in writing to the above point-of-contact(s). No phone calls. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process. Contracting Office Address: USACE District, Seattle, ATTN: CENWS-CT, 4735 EAST MARGINAL WAY SOUTH, BLDG 1202, Seattle, WA 98134
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ef5b3e12ee914f0fa4f93e7a727ac54c/view)
 
Place of Performance
Address: Malmstrom AFB, MT, USA
Country: USA
 
Record
SN07364983-F 20250309/250307230034 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.