BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published August 26, 2025 at 8:00 PM

Updated August 27, 2025

Renovation of a military facility in Robins AFB, Georgia. Completed plans call for the renovation of a 142,202-square-foot military facility.

Microsoft Teams Virtual Public Bid Opening - W912HN25B4002 - Renovate Bldg. 59D Robins AFB, GA Bid opening will start 12:00PM Eastern https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_4757013d26e5445898aafc81d03e8018%40thread.v2/0context=%7b%22Tid%22%3a%22fc4d76ba-f17c-4c50-b9a7-8f3163d27582%22%2c%22Oid%22%3a%229c2e8df8-dc3e-4d45-801d-c722c2e6c80b%22%7d Meeting ID: 993 387 149 301 Passcode: Yr2vj3Kc Dial in by phone +1 503-207-9433,,564424052# United States, Beaverton Find a local number Phone conference ID: 564 424 052# Control No: SAS 25-03 W9W912HN-25-B-4002,12HN25BA007, UHHZ143000 AMD 0002 - This amendment provides changes to the proposal due date. The proposal due date has been extended to 8 Aug 2025 @ 1100 HRS EDT via PIEE. Additionally, the period of performance has been adjusted to 1080 days. This amendment has included the small business subcontracting targets. Solicitation Notice For W912HN25BA007/W912HN25B4002 Project No: UHHZ143000 Renovate Bldg. 59D Robins AFB, GA The U.S. Army Corps of Engineers {USACE) Savannah District issuing an Invitation for Bid (IFB) W912HN24BA007 for Project Number: UHHZ143000, Renovate Bldg. 59D, Robins AFB, GA. Note: The 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 size standard of $45M. Product Service Code: Z2JZ- Repair or Alteration of Miscellaneous Buildings. Type of Set-Aside: This acquisition is being offered as full and open, unrestricted with a HUB Zone evaluation preference. Construction Magnitude: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000. Proposal Due Date: 4 June 2025 at 1100hrs EDT via PIEE module linked below. Site Visit: An organized site visit has been scheduled for-- 24 April 2025 from 09:30-12:30 Bus will leave Museum of Aviation at 09:30 and site visit will begin at 10:00. Contractors will meet at the Museum of Aviation parking lot near the front. A bus will be provided to transport visitors to the project site. Retrieve access passes from the Watson Blvd Visitor Center prior to meeting the bus at 09:30. Individuals who already possess base and flightline access may meet at Building 59. Museum of Aviation address: 1942 Heritage Blvd Robins AFB, GA31098 Contractors interested in attending the site visit need to email Sonya Ransom (sonya.m.ransom@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 18 April 2025. The "Badge Request Memo Template" is uploaded as an attachment on the PIEE solicitation. The Government cannot guarantee that requests sent after 18 April 2025 will be processed in time to allow access to site. It is recommended to pick up access passes at the Watson Blvd Visitor Center on16 April 2025, if possible, to avoid long morning lines. Visit Center hours are 07:15 - 16:30. Contractors shall provide a list of names of all individuals who do not have flightline access and will be riding the bus. This list will be used to coordinate with flightline security. Ensure names provided match the ID that will be presented. Period of Performance: The period of performance including all options is 1080 Calendar Days after the issuance of the notice to proceed. Project Scope: All work necessary to repair/renovate approximately 142,202 square feet (13,211 square meters) of the existing dry de-paint process to a chemical process in Building 59. Paint processes will occur simultaneously in both Building 59P and Building 59D. In Building 59D, work shall consist of, but not be limited to: Replace concrete dock floor and trench drain system. Repair roof vibration issues from the exhaust fans. Repair dust filtration system, central plant system, chillers, cooling towers, pumps, fans, motors, outside air handling units and associated piping, fire alarm and fire sprinkler systems, security lighting, communication support, roofing system, chemical pre-treatment system, and electrical systems. Clean residual paint dusts. Provide cybersecurity for the facility related HVAC control system. Additionally, all work necessary to replace the damaged fire control system in Building 62 will be completed. Work shall consist of, but not be limited to, replacing the fire protection pumps (including the jockey pump), motors, controllers, isolation valves (including tamper switches), transformer, and GFCI outlets. The pumps will be connected back to the existing piping and the motors, controllers, transformer, and GFCI outlets will be connected to the existing electrical power connections. New water lines will be installed to provide cooling water for the packing on the pumps. An existing 4 inch pipe will be rerouted to provide better access to the equipment. Install industrial lift station and associated piping. This project is fully designed, and all technical specifications and drawings are provided in the PIEE Module. 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. Alicia Scott - alicia.d.scott@usace.army.mi The U.S. Army Corps of Engineers {USACE) Savannah District issuing an Invitation for Bid (IFB) W912HN24BA007 for Project Number: UHHZ143000, Renovate Bldg. 59D, Robins AFB, GA. Note: The 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 size standard of $45M. Product Service Code: Z2JZ- Repair or Alteration of Miscellaneous Buildings. Type of Set-Aside: This acquisition is being offered as full and open, unrestricted with a HUB Zone evaluation preference. Construction Magnitude: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000. Proposal Due Date: 21 May 2025 at 1100hrs EDT via PIEE module linked below. Site Visit: An organized site visit has been scheduled for-- 24 April 2025 from 09:30-12:30 Bus will leave Museum of Aviation at 09:30 and site visit will begin at 10:00. Contractors will meet at the Museum of Aviation parking lot near the front. A bus will be provided to transport visitors to the project site. Retrieve access passes from the Watson Blvd Visitor Center prior to meeting the bus at 09:30. Individuals who already possess base and flightline access may meet at Building 59. Museum of Aviation address: 1942 Heritage Blvd Robins AFB, GA31098 Contractors interested in attending the site visit need to email Sonya Ransom (sonya.m.ransom@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 18 April 2025. The "Badge Request Memo Template" is uploaded as an attachment on the PIEE solicitation. The Government cannot guarantee that requests sent after 18 April 2025 will be processed in time to allow access to site. It is recommended to pick up access passes at the Watson Blvd Visitor Center on16 April 2025, if possible, to avoid long morning lines. Visit Center hours are07:15 - 16:30. Contractors shall provide a list of names of all individuals who do not have flightline access and will be riding the bus. This list will be used to coordinate with flightline security. Ensure names provided match the ID that will be presented. Period of Performance: The period of performance including all options is 540 Calendar Days after the issuance of the notice to proceed. Project Scope: All work necessary to repair/renovate approximately 142,202 square feet (13,211 square meters) of the existing dry de-paint process to a chemical process in Building 59. Paint processes will occur simultaneously in both Building 59P and Building 59D. In Building 59D, work shall consist of, but not be limited to: Replace concrete dock floor and trench drain system. Repair roof vibration issues from the exhaust fans. Repair dust filtration system, central plant system, chillers, cooling towers, pumps, fans, motors, outside air handling units and associated piping, fire alarm and fire sprinkler systems, security lighting, communication support, roofing system, chemical pre-treatment system, and electrical systems. Clean residual paint dusts. Provide cybersecurity for the facility related HVAC control system. Additionally, all work necessary to replace the damaged fire control system in Building 62 will be completed. Work shall consist of, but not be limited to, replacing the fire protection pumps (including the jockey pump), motors, controllers, isolation valves (including tamper switches), transformer, and GFCI outlets. The pumps will be connected back to the existing piping and the motors, controllers, transformer, and GFCI outlets will be connected to the existing electrical power connections. New water lines will be installed to provide cooling water for the packing on the pumps. An existing 4-inch pipe will be rerouted to provide better access to the equipment. Install industrial lift station and associated piping. This project is fully designed, and all technical specifications and drawings are provided in the PIEE Module. 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. Alicia Scott - alicia.d.scott@usace.army.mil *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

$45,264,226.00

Public - Federal

Renovation

3

10

38

7

Subscribe For Documents

26 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
96
Active Projects
51
Bidding Soon
785
All Active Projects
0
Updated Recently

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.

August 12, 2025

October 13, 2025

Project location map

1942 Heritage Blvd, Robins AFB, GA


Recently Viewed

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.