Design-Build Maintenance and Repair Army Reserve (MRAR) Army Reserve Center (ARC) Building 662 - Sacramento, CA
ID: W912QR25RA014Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the Department of the Army, is soliciting proposals for the Design-Build Maintenance and Repair of the Army Reserve Center (ARC) Building 662 at BT Collins in Sacramento, California. This project is a total small business set-aside, with an estimated cost ranging from $10 million to $25 million, and aims to comprehensively renovate the facility to extend its operational life while ensuring compliance with applicable laws and standards, including the Americans with Disabilities Act and DOD Antiterrorism regulations. The procurement follows a two-phase process, where Phase I requires contractors to submit qualifications and past performance, with up to five qualified bidders advancing to Phase II for detailed proposals. Interested contractors should contact Alex Hamilton at alex.j.hamilton@usace.army.mil for further information, and all submissions must be made electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for the Design-Build (DB) project focused on the Maintenance & Repair of the Army Reserve Center (ARC) Building 662 at BT Collins, Sacramento, CA. This project is a small-business set-aside with an estimated cost between $10 million and $25 million. The procurement follows a two-phase process, where Phase I requires contractors to submit qualifications and past performance, evaluated based on relevancy to the project’s scope. Up to five qualified bidders will move to Phase II, where detailed proposals will be solicited. The scope involves comprehensive renovations to extend the facility's life, ensuring compliance with various laws and standards including the Americans with Disabilities Act and DOD Antiterrorism regulations. Contractors must submit electronically via the Procurement Integrated Enterprise Environment (PIEE) and provide robust documentation demonstrating financial capability, bonding, and past performance on similar projects. The evaluation process prioritizes the contractor's ability to manage a collaborative design-build team and maintain strict quality control throughout the project lifecycle. Overall, this solicitation represents the government's intent to enhance military infrastructure while supporting small businesses in the defense contracting space.
    The document outlines the procedures and requirements related to amendments of solicitations and modifications of contracts in the federal procurement process. It emphasizes the necessity for contractors to acknowledge receipt of any amendments prior to the specified deadline, which may impact the acceptance of their offers. The document details the methods by which amendments can be acknowledged, including completing specific items on the amendment form, recognizing the amendment on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Furthermore, it describes conditions under which contractors may modify existing offers or contracts and specifies when administrative changes are applicable. The amendment/modification section maintains that unless stated otherwise, all original terms remain in effect. The document serves as a formal method for ensuring compliance and communication between the government and contractors, reflecting the structured nature of federal solicitations and contracts.
    Similar Opportunities
    USACE SPK DBB Construction - Englebright Dam and Lake HQ Building and Maintenance Shop ?Smartsville, California.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project at Englebright Dam and Lake in Smartsville, California. The project involves the construction of a new single-story, 5,000 square-foot Headquarters building and a 4,200 square-foot maintenance shop, which will support USACE administrative, ranger, and maintenance staff, along with the demolition of existing structures and various site improvements. The estimated construction cost ranges from $10 million to $25 million, with a contract award anticipated by March 2026 and a completion timeline of 720 calendar days from the Notice to Proceed. Interested contractors should contact Antonina Beal at antonina.beal@usace.army.mil or Rachel L. Kinney at Rachel.Kinney@usace.army.mil for further information and ensure registration in the PIEE and SAM systems prior to bid submission.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    Y810 Maintenance Building Construction
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking proposals for the construction of a Y810 Maintenance Building in Aiken, South Carolina. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to fulfill essential infrastructure needs for military operations. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with no other transmission methods accepted. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration, and they can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further information.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million, exclusively set aside for small businesses. This contract will facilitate the issuance of task orders for various construction projects within the Savannah District's area of responsibility, primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work. Interested contractors must submit their proposals by December 18, 2025, at 1100 hours EST via the PIEE Solicitation Module, and should direct inquiries to Gregory Graham at gregory.m.graham@usace.army.mil or by phone at 912-652-5476.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    PATTON HALL COMMUNITY CLUB & CONFERENCE CENTER, JOINT BASE MYER-HENDERSON HALL, VA.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking capability statements from qualified firms for the construction of the Patton Hall Community Club and Conference Center at Joint Base Myer-Henderson Hall in Fort Myer, Virginia. The project involves a Design-Build Firm-Fixed-Price (FFP) contract for a new 70,600 square foot facility, including the demolition of an existing building, with a construction budget estimated between $50 million and $100 million. This procurement is critical for enhancing community and conference capabilities at the base, and interested parties must submit their responses by 11:00 AM EST on July 18, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email, referencing the Sources Sought Notice number W912DR25R17WQ.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    USACE SPK DB Construction DDJC CENTRALIZED GAS AND ELECTRIC METERING, Tracy, California
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential contract involving the design, furnishing, and installation of advanced electric and natural gas meters, along with a Centralized Utility Monitoring Station at the Defense Distribution Depot San Joaquin (DDJC) in Tracy, California. This project aims to enhance utility monitoring capabilities by implementing a system that exports meter data for effective usage tracking and equipment management. The estimated contract value ranges between $5 million and $10 million, with a potential solicitation expected around February 2026 and an anticipated award by July 2026. Interested firms are encouraged to submit capability statements by January 13, 2026, to the primary contact, Antonina Beal, at antonina.beal@usace.army.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.