Construction of Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) at Defense Supply Center Richmond (DSCR), VA

SOL #: W912QR25RA024Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST LOUISVILLE
LOUISVILLE, KY, 40202-2230, United States

Place of Performance

Richmond, VA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 17, 2025
2
Last Updated
Jul 1, 2025
3
Submission Deadline
Jun 18, 2025, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Request for Proposal (RFP) Solicitation Number W912QR25RA024, is issued for the construction of a 15,100SF collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) on Defense Logistics Agency (DLA) owned land at Defense Supply Center Richmond (DSCR). The project will include information systems, fire protection and alarm systems, and energy monitoring control systems connection. Supporting facilities include land clearing, organizational and non-organizational paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Facilities will be designed in accordance with the Army Reserve Design Guide. Heating, ventilation, and air conditioning will be provided.

The project contains options such as: paved parking areas, bi-level loading ramp, roof mounted solar array, and collateral equipment.

The Contract Duration is estimated at 730 calendar days from Contract Award.

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 full and open.

SELECTION PROCESS: This is a one phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.

All non-priced factors, when combined, are considered approximately equal to price.

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.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000, in accordance with FARS 236.204. The target ceiling for this contract is approximately $18,000,000.Offerors are under no obligation to approach this ceiling.

SOLICITATION DOCUMENTS: Paper copies of the solicitation and amendments will not be issued. Telephone, email, 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 be able to download the solicitation for this project, contractors are required to register at the System for Award Management (SAM) 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 Offeror’s 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 https://www.sam.gov to be eligible fora Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have a valid SAM registration in the SAM database representing the JV alone 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 Alex Hamilton, at alex.j.hamilton@usace.army.mil

***Site Visit Roster from the Site Visit held on 14 May 2025 was uploaded on 20 May 2025.***

People

Points of Contact

Alex HamiltonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 11
Solicitation
Posted: Jul 1, 2025
View
Version 10
Solicitation
Posted: Jul 1, 2025
View
Version 9
Solicitation
Posted: Jun 24, 2025
View
Version 8
Solicitation
Posted: Jun 24, 2025
View
Version 7
Solicitation
Posted: Jun 16, 2025
View
Version 6
Solicitation
Posted: Jun 16, 2025
View
Version 5
Solicitation
Posted: Jun 9, 2025
View
Version 4Viewing
Solicitation
Posted: May 20, 2025
Version 3
Solicitation
Posted: May 8, 2025
View
Version 2
Solicitation
Posted: Apr 17, 2025
View
Version 1
Solicitation
Posted: Apr 17, 2025
View