SOLICITATION NOTICE
Z -- USACE SPK DB Construction - Hacienda HVAC Geothermal Heat Pump - FHL, CA
- Notice Date
- 7/16/2025 3:42:59 PM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123825RA023
- Response Due
- 7/31/2025 9:00:00 AM
- Archive Date
- 08/15/2025
- Point of Contact
- Heidi May, Tiffany Cruthirds
- E-Mail Address
-
heidi.may@usace.army.mil, tiffany.cruthirds@usace.army.mil
(heidi.may@usace.army.mil, tiffany.cruthirds@usace.army.mil)
- Description
- The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a requirement for design-build (DB) construction services to replace the existing heating, ventilation, and air conditioning (HVAC) system with a geothermal heat pump solution at the historic Hacienda building located at Fort Hunter Liggett (FHL) outside Jolon, California (CA). The two-story building, spanning nineteen thousand five hundred eighty-eight (19,588) square feet, was constructed around 1930. It was added to the National Register of Historic Places on 2 December 1977 and is currently operating as a hotel. This project is anticipated to include: Demolition and removal of existing mechanical, piping, plumbing, flue, electrical, architectural, structural, seismic, civil and controls equipment, as needed, to install the new geothermal heat pump system, water heaters and associated storage tanks. Installation of a geothermal bore-field to consist of twenty-four (24) each five hundred (500)-foot deep closed-loop vertical bores. Underground geothermal headers feeding into the building. Pipes are anticipated to be emplaced underground to maintain the visual appearance of the historical structure. Demolition of multiple domestic hot water heaters to be replaced by water connections for the new domestic hot water heat pump system and hot water storage tanks. Installation of new geothermal heat pump console units. Installation of new geothermal heat pump horizontal units. Installation of new mechanical units to include seismic design category �D� braces. This project does not anticipate including fire protection. The Government estimates the anticipated requirement can be designed within three-hundred-sixty-five (365) calendar days and constructed within two-hundred-seventy-three (273) calendar days from receipt of Notice to Proceed (NTP). In accordance with (IAW) Federal Acquisition Regulation (FAR) 36.204(f), the Government currently estimates the magnitude of construction for the potential project is between $1,000,000.00 and $5,000,000.00. The Government intends to solicit a Request for Proposals (RFP) that will result in award of a firm-fixed-price (FFP) contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) Code 238220, Plumbing, Heating, and Air Conditioning Contractors. The small business size standard for this NAICS, as established by the United States (US) Small Business Administration (SBA), is $19,000,000.00 annual revenue. The Product Service Code (PSC) is anticipated to be Z2FB, Repair or Alteration of Recreational Buildings. The solicitation is expected to be issued as an unrestricted, full and open competition through the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) on or about 31 July 2025. Proposals will be tentatively due by 2 September 2025. If the Government intends to conduct a pre-proposal conference and/or site visit, the date, time, location, and access requirements will be identified in any forthcoming solicitation. Please DO NOT request an updated schedule if the estimated dates in this posting are surpassed; the Government will release all information publicly through PIEE and SAM when available. Requests for an updated posting schedule may be ignored. Please DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data required to respond to the solicitation will be furnished as part of any forthcoming solicitation. Following solicitation release, all responsible sources may submit a proposal that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. It is anticipated that the solicitation and/or attachments will be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but registration IS required to submit a proposal. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. PIEE registration should be completed at least one (1) week prior to the anticipated solicitation release date. See attachments �PIEE Solicitation Module Vendor Access Instructions�, �PIEE SOP - Offeror Proposal Manager�, and �PIEE SOP - Posting Offer� for instructions on getting access to the PIEE Solicitation Module and submitting Offeror proposals. All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. Further, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2db8592d7dc54e5786d81d52ecc43c39/view)
- Place of Performance
- Address: Jolon, CA, USA
- Country: USA
- Country: USA
- Record
- SN07511621-F 20250718/250716230047 (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 |