Federal Contract Opportunity

Last Updated on 24 Jun 2025 at 5 PM
Solicitation
Richmond Virginia

Construction of Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) at Defense Logistics Center Richmond 9DSCR), VA

Details

Solicitation ID W912QR25RA024
Posted Date 24 Jun 2025 at 5 PM
Response Date 10 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W072 Endist Louisville
Agency Department Of Defense
Location Richmond Virginia United states 23237

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

National Industries For The Blind

Wayne Earth city Alexandria

Sign up to access Documents

Signup now

***Amendment 0003 was posted to SAM.gov on 24 June 2025.***
***Amendment 0002 was posted to SAM.gov on 16 June 2025.***
***Amendment 0001 documents were posted to SAM.gov on 09 June 2025.***

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 [email protected]

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