Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published January 28, 2025 at 7:00 PM
Updated January 29, 2025
Site work, paving and new construction of a mixed-use development in Fort Hunter Liggett, California. Completed plans call for the construction of a 21,500-square-foot military facility; for site work for a military facility; sidewalk / parking lot; and for paving for a sidewalk / parking lot.
Request for Proposal (RFP) W912QR24R0052 for the design and construction of a 21,500 SF Network Enterprise Center (NEC) on Fort Hunter Liggett, CA. Construct a standard design Information Systems Facility (ISF), organizational vehicle parking, open storage area, and building information systems. The facility includes space for a command center for operations support with video teleconferencing capability, administration, reception, network administrators, operations floor, tech lab, operations center, administrative offices, customer service center, technical assistance for information technology, controlled humidity warehouse, loading dock with receiving zone, shower/locker rooms, and break rooms. Supporting facilities include utilities, fire protection and alarm systems, Utility Monitoring Control Systems (UMCS) connection, uninterrupted power supply, redundant mechanical and electrical systems, heating and cooling, and pavements, walks, and curbs. Site improvements will include site clearing, grading, and landscaping. Low Impact Development Integrated Management Practice measures will be provided. Measures in accordance with the Department of Defense Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services in addition to access for individuals with disabilities will be provided. Heating and air conditioning will be provided by self-contained systems. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Criteria (UFC) 1-200-02 including energy efficiencies, building envelope and integrated building systems performance. Cooling is estimated at 60 tons for the facility with an N+1 redundancy of another 60 tons. Dispose/Demolish 2 buildings at Fort Hunter Liggett, CA (12,457 Total SF). This project contains options. The contract duration is estimated at 900 calendar days from contract Notice to Proceed (NTP). CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000, in accordance with DFARS 236.204. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. 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: This acquisition will be an Unrestricted (Full and Open) Procurement SELECTION PROCESS: This is a two-phase Design/Build procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each Offeror's proposal will be reviewed, evaluated, and rated by the Government. Potential offerors are invited to submit their past performance, technical, and capability information as will be described in Section 00 22 16 and Section 00 22 18 of the Solicitation, for review and consideration by the Government. As will be described in Section 00 22 16 of the Solicitation, the selection process for Phase I will evaluate such factors as Past Performance (for both the Prime Contractor and A/E Designer of Record) and Technical Approach for Design/Build. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, a target of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be requested to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors as: Design Narrative, Management Plan, Schedule Narrative, Small Business Participation Plan, and Price. The Standard Form 1442, a Project Labor Agreement, and (for Large Businesses) a Subcontracting Plan will also be required. All evaluation factors, other than cost or price, are considered approximately equal to cost or price. Oral Presentations: For selected offerors who are invited to participate in Phase II of the solicitation, it is anticipated that the source selection process will also include the requirement for an Oral Presentation as part of the Phase II technical proposal. The Oral Presentation will require selected offerors to provide a real-time oral proposal presentation to the Government and respond to questions; these questions will be limited to clarifications. Discussions shall not be conducted in relation to the oral presentation. Therefore, the offeror shall accept that opportunities to address deficiencies through their oral presentation will not exist. Stipends: In consideration for the preparation of the Phase 2 technical proposal costs associated with the oral presentations, the Government is contemplating providing stipends to offset a portion of the costs to Offerors not selected for award of the resultant contract. Offerors that submit an incomplete or "Unacceptable" rated Phase 2 proposal will not be eligible for a stipend. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. *****Amendment 0001 was issued on 15 July 2024.***** SOLICITATION WEBSITES: The official solicitation is available free of charge by electronic posting only and may be found at System for Award Management (SAM) website at https://www.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/offerors are required to register at the SAM website at https://www.sam.gov. From SAM.gov, all relevant files can be downloaded by go to the "Attachment/Links" section. Amendments to the Solicitation and associated document, when issued, will also be posted here to SAM.gov under the "Attachments" section for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check both websites 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://www.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. PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/ Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ and then clicking on: "View FFP Contract Changes Playbook Here." POINT-OF-CONTACT: The point-of-contact for this procurement is Bonny Dylewski, at bonny.c.dylewski@usace.army.mil. Design-Build Construction of a Netw ork Enterprise Center in Fort Hunter Liggett, CA. Estimated Construction is betw een $25,000,000 and $100,000,000 per DFARS 236.204. NAICS Code: 236220. Size Determination: $45,000,000. Please note that business size in SAM is determined by the NAICS code. If the vendor size is not listed correctly for a particular NAICS code in SAM, the business w ill be considered other than a Small Business. This is a Full and Open procurement. In accordance w ith Federal Acqusition Regulation (FAR) 19.1307, this project requires the HUBZone price evaluation preference. Funds are not presently available for this acquisition. No contract aw ard w ill be made until appropriated funds are made available. Contractors must register and complete the representation and certification requirements in the System for Aw ard Management (SAM) database, available at https://sam.gov. PLEASE ensure your annual SAM registration is current. Offerors must comply w ith the requirements of 52.204-7, 52.204-8, 52.232-33, and any other Representation and certification requirements in this solicitation through SAM. PLEASE NOTE: SAM is completely free of charge for both registrants and users. Technical inquiries and questions relating to the proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://projnet.org/projnet. Please see Section 00 21 00, ProjNet Instructions / Offeror's Questions and Comments for further instructions *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.
Award
Military
$36,372,403.00
Public - Federal
New Construction, Paving, Site Work
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
November 26, 2024
March 26, 2025
To Be Determined, Fort Hunter Liggett, CA
Related To This Project
Fort Hunter Liggett, CA
Bid Date: Aug 12 2021
Fort Hunter Liggett, CA
Bid Date: Jul 06 2018
Santa Barbara, CA
Bid Date: Mar 14 2025
Placerville, CA
Bid Date: Feb 23 2024
Laguna Niguel, CA
Bid Date: Feb 23 2024
Atwater, CA
Bid Date: Feb 29 2024
Coalinga, CA
Bid Date: Apr 02 2024
Santa Paula, CA
Bid Date: Mar 07 2024
Santa Clarita, CA
Bid Date: Apr 22 2024
Merced Falls, CA
Bid Date: Mar 18 2024
Oxnard, CA
--
Irvine, CA
Bid Date: Mar 26 2024
Santa Maria, CA
Bid Date: Mar 21 2024
Santa Maria, CA
Bid Date: Mar 26 2024
Preview Active Commercial Construction Projects Like This One
Get preview access now—no credit card required.
