Design/Build (D/B) Maintenance and Repair Army Reserve (MRAR) of Area Maintenance Support Activity (AMSA), B655, at the BT Collins Army Reserve Center, Sacramento, CA

SOL #: W912QR25RA012Solicitation

Overview

Buyer

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

Place of Performance

Sacramento, CA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Maintenance Buildings (Z2EB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 20, 2025
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Sep 3, 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.

Quick Summary

The Department of the Army, W072 ENDIST LOUISVILLE, has announced the contract award for the Design/Build (D/B) Maintenance and Repair Army Reserve (MRAR) project at the BT Collins Army Reserve Center, Sacramento, CA. The award was made on Thursday, February 11, 2026. This project involves the repair and expansion of the Area Maintenance Support Activity (AMSA), Building 655, and was set aside for Total Small Businesses.

Scope of Work

The awarded contract covers the design and construction (Design/Build) of the MRAR facility. Key requirements from the original solicitation included repairing existing failing facility components to extend its economic life by 25 years and constructing a new maintenance facility addition. Supporting facilities such as land clearing, paving, vehicle wash rack, loading ramp, fencing, site improvements, and utility connections were also part of the scope. Design and construction were required to comply with DoD's Unified Facilities Criteria (UFC), including energy efficiencies, building envelope, integrated building systems, Antiterrorism/Force Protection (AT/FP), physical security, and accessibility for the disabled. NIST SP 800-171 DoD Assessment requirements applied.

Contract Details

  • Type: Firm-Fixed Price (FFP)
  • Estimated Construction Cost: $10,000,000 - $25,000,000 (from original solicitation)
  • Period of Performance: 740 calendar days after notice to proceed
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $45,000,000

Solicitation Process

This opportunity was procured as a two-phase Design/Build process using a Best Value Trade-Off. Phase I involved technical evaluation, leading to the selection of approximately five highly qualified offerors for Phase II, where technical and price proposals were submitted. Multiple amendments (0001-0007) were issued during the solicitation phase, with amendments 0002-0007 specifically issued to Phase II selected offerors.

Award Information & Contact

The contract award was made on February 11, 2026. The public Award Announcement can be viewed on SAM.gov via the provided link: https://sam.gov/workspace/contract/opp/5e1bd00abb304af095a6bf798c64e2bb/view. For general inquiries, the primary contact is Bonny Dylewski at **bonny.c.dylewski@usace.army.mil`.

People

Points of Contact

Bonny DylewskiPRIMARY

Files

Files

Download
Download
View
View
View
View

Versions

Version 12
Solicitation
Posted: Feb 11, 2026
View
Version 11
Solicitation
Posted: Aug 28, 2025
View
Version 10
Solicitation
Posted: Aug 28, 2025
View
Version 9
Solicitation
Posted: Aug 26, 2025
View
Version 8
Solicitation
Posted: Aug 22, 2025
View
Version 7
Solicitation
Posted: Aug 21, 2025
View
Version 6
Solicitation
Posted: Aug 13, 2025
View
Version 5Viewing
Solicitation
Posted: Aug 1, 2025
Version 4
Solicitation
Posted: Aug 1, 2025
View
Version 3
Solicitation
Posted: Apr 10, 2025
View
Version 2
Solicitation
Posted: Mar 20, 2025
View
Version 1
Solicitation
Posted: Mar 20, 2025
View