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
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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`.