SOLICITATION NOTICE
Y -- DTA Manned/Unmanned Tactical Vehicle Lab
- Notice Date
- 3/17/2025 11:03:23 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W91QR25-093746
- Response Due
- 4/2/2025 8:00:00 AM
- Archive Date
- 04/17/2025
- Point of Contact
- Stephanie Drees, Phone: 5023153270
- E-Mail Address
-
stephanie.n.drees@usace.army.mil
(stephanie.n.drees@usace.army.mil)
- Description
- DTA Manned/Unmanned Tactical Vehicle Lab - Pre-Solicitation Synopsis DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (Single Phase Evaluation Board � RFP) for the Manned/Unmanned Tactical Vehicle Lab for the Ground Vehicle Systems Center at Detroit Arsenal (DTA), located in Warren, MI. This project is for the design/bid/build construction of a new Ground Transport Equipment Building to support eight tactical vehicle integration labs. Project includes associated vehicle parking with vehicle integration labs, bench lab, and engineering-design space to enable the integration of technology required for the transformation of current combat systems to manned-unmanned systems to meet the Army�s strategic program delivery requirements, information systems, fire pump and alarm systems, Intrusion Detection System (IDS) installation, Cybersecurity and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by self-contained systems for the entire facility. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 � Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: Full and Open Competition (Unrestricted). SELECTION PROCESS: This will be a single-phase Design-Bid-Build procurement process. The proposals will be evaluated using a Best Value Trade-Off Process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in section 00 22 12 of the Solicitation, for review and consideration by the Government. The selection process will evaluate factors such as (not necessarily in order): Past Performance, Technical Approach, and Small Business Participation Plan. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information, and Subcontracting Plan will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than cost or price, are considered approximately equal to cost or price. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be more than $10,000,000 in accordance with FARS 36.204. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation mid-April 2025. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://Sam.gov. PLEASE BE SURE TO SEND RESPONSES TO THE INDIVIDUAL LISTED IN THE SOLICITATION AND BE AWARE OF THE DATE FOR SUBMISSION IF YOU WISH TO ATTEND THE SITE VISIT. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, http://Sam.gov. Paper copies of the solicitation will not be issued. 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. To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at http://Sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://Sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Stephanie Drees, Contract Specialist, at stephanie.n.drees@usace.army.mil This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a4502bd5da8246afab566ca0eff3ebb8/view)
- Place of Performance
- Address: Warren, MI, USA
- Country: USA
- Country: USA
- Record
- SN07374548-F 20250319/250317230042 (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 |