Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2025 SAM #8633
SOLICITATION NOTICE

Y -- 403873 FLW AIT Barracks Complex II Phase 2

Notice Date
7/14/2025 11:19:37 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ25RA004
 
Archive Date
07/14/2026
 
Point of Contact
Dale Coleman, Phone: 8163893500, Michael France, Phone: 8163893320
 
E-Mail Address
dale.e.coleman@usace.army.mil, michael.g.france@usace.army.mil
(dale.e.coleman@usace.army.mil, michael.g.france@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a Design-Bid-Build (DBB) contract for the Construction of Advanced Individual Training Complex II Phase II on Ft Leonard Wood, MO. The Government proposes to issue a firm fixed price type contract for this project. The requirement is an Unrestricted/Full and Open competitive acquisition; both small and large businesses are eligible to respond. This solicitation will use a Single Phase Design-Bid-Build procurement methodology and a Firm Fixed Price awardThe scope of this Design-Bid-Build (DBB) contract is to construct a standard design Advanced Individual Training (AIT) Battalion Complex to support 600 Soldiers at Fort Leonard Wood (FLW). Primary facilities include the new construction of a standard design AIT Barracks/Company Operations Facility(ies)(B/COF) for two companies, two (2) connected lawn equipment buildings, and two (2) physical training stations. Construction is inclusive of building tornado/storm protection measures; information systems; fire detection and sprinkler suppression systems; integrated energy monitoring and control system (EMCS) connected to base monitoring systems; intrusion detection system (IDS) and alarm systems; and antiterrorism/force protection (AT/FP) measures.Currently, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly.In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $100,000,000.00 and $250,000,000.00. This solicitation will be issued as a Request for Proposals (RFP), full and open to all businesses. Submission requirements and evaluation procedures will be detailed in the solicitation. The RFP will result in the award of a single firm fixed price (FFP) construction contract.The estimated performance period for completion of construction is 1095 calendar days from Notice to Proceed (NTP).Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000.00 whichever is less.Payment Bond will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued.Proposals will be due on the day and time specified in the solicitation.We anticipate release of the solicitation within the next 20 days, to ensure you do not miss this notice we recommend contractors register as interested vendors. If you register as an interested vendor, you will be automatically notified if there are any changes made regarding to this notice, including when the actual solicitation is posted.The solicitation will be available on or about August 5, 2025, and bids will be due approximately 60 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times.The North American Industry Classification System (NAICS) Code for this project is 236220, with a size standard of $45,500,000.00. This solicitation is being issued as full-and-open for all businesses. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Protegee Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities.In accordance with FAR part 52.222-3, Notice of Requirement for Project Labor Agreement all proposers shall submit a Project Labor Agreement with their proposals.To view or download the solicitation requires registration at the SAM.gov website at https://sam.gov/. Downloads and instructions are available through this website. Any amendments will only be available from this website. Offerors are responsible for checking the website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website.Registration is required in the Procurement Integrated Enterprise Environment (PIEE). No proposal is requested at this time, but registration will be required to submit proposals as this procurement continues.ELECTRONIC PROPOSAL SUBMISSION IS REQUIRED THROUGH PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) at https://piee.eb.mil/ . Web Based Training for registration and proposal submission is available as a separate portal on the main page of the site or by visiting https://piee.eb.mil/#help-piee. VERIFY ACCOUNT STATUS/CAPABILITIES.Once the Proposal Manager account has been approved, verify that your account is showing active under the profile page. Also, once you click on the specified solicitation, verify that the ?Offer? tab is visible next to the ?Solicitation? tab at the top of the page. The proposal will be submitted through the ?Offer? tab. It is imperative that this is verified early in the process in order to mitigate any potential problems with the submission of your proposal.For questions concerning your account, please contact the PIEE help desk at 866-618-5988. If you are still experiencing problems after the above referenced efforts have been made, please contact the Contract Specialist / Contracting Officer immediately.Prior to submitting a proposal, vendors must be actively registered in the System for Award Management (SAM) system and have an active Commercial and Government Entity (CAGE). The System for Award Management (SAM) is a Federal Government owned and operated free web site. All vendors must verify their information through this web site.The point-of-contact for contractual questions is Dale Coleman, at phone: (816) 389-3500, or email: dale.e.coleman@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/061b129d67a64b7c865f452e4d220b94/view)
 
Place of Performance
Address: Ft Leonard Wood, MO 65473
Zip Code: 65473
 
Record
SN07508155-F 20250716/250714230048 (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.