Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2025 SAM #8679
SOLICITATION NOTICE

Z -- Repair of the Squadron Operations facility, Building 7087 at Westover Air Reserve Base, MA

Notice Date
8/29/2025 11:02:22 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
W912QR25BA027
 
Response Due
9/15/2025 2:00:00 PM
 
Archive Date
09/30/2025
 
Point of Contact
CHARITY MANSFIELD, Phone: 5023156925
 
E-Mail Address
charity.a.mansfield@usace.army.mil
(charity.a.mansfield@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Description: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR25BA027 for a Repair of the Squadron Operations facility, Building 7087 at Westover Air Reserve Base in Massachusetts. This project includes the renovation of a 37,000 square foot (SF) facility to serve as a dedicated administrative and simulator training space for Westover�s C-5 aircrew in support of global airlift missions, allowing for continued training and mission planning. The renovation includes walls and wall coverings, windows, ceilings, doors and frames, flooring, all bathroom fixtures, electrical systems and fixtures, HVAC, plumbing system, communication system, fire protection system, mass notification system and supporting infrastructure required to provide a complete and usable facility. Sustainable principles, to include life cycle cost-effective practices, are integrated into the design, development, and construction of the project in accordance with UFC 1-200- 02. The design and construction will also conform to criteria established in the Air Force Corporate Facilities Standards (AFCFS), the Installation Facilities Standards (IFS), governed by the confines of the existing footprint and manufacturer installation requirements while in compliance with applicable UFCs. All testing, balancing, and commissioning shall be completed. This project will be funded subject to available funds. The Contract Duration is estimated at five hundred nineteen (519) calendar days from Contract Notice to Proceed. The actual Period of Performance will identified in the solicitation. Type of Contract and NAICS: This Invitation for Bid will be for one (1) Firm-Fixed-Price (FFP) contract. The North America Industrial Classification System Code for the effort is 236220- Commercial and Institutional Building Construction. Type of Set-Aside: This acquisition is an Unrestricted (full and open) procurement. Selection Process: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price submitted. Construction Magnitude: The magnitude of this construction project is anticipated to be between $10 million and $25 million in accordance with DFARS 236.204. Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 15 September 2025 and approximate closing date on or about 15 October 2025. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://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 are required to register at the Federal Business Opportunities website at http://www.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://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. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Charity Mansfield, at Charity.A.Mansfield@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/43cfcdd4cd1047b6b874caafd0742aa6/view)
 
Place of Performance
Address: MA, USA
Country: USA
 
Record
SN07572933-F 20250831/250829230045 (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.