DRAFT SOLICITATION - Construct Vehicle Maintenance Shop at Bakersfield
ID: W912LA-25-B-A001-DraftType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CA ARNGSAN MIGUEL, CA, 93451-5000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MAINTENANCE BUILDINGS (Y1EB)

Set Aside

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

    The Department of Defense, through the California Army National Guard, is seeking contractors for the construction of a 24,564 square foot Vehicle Maintenance Shop (VMS) in Bakersfield, California. The project aims to provide comprehensive construction services, including utilities, fire detection systems, and site improvements, in compliance with federal, state, and local standards. This facility is critical for maintaining operational readiness and support for military vehicles, emphasizing the importance of quality construction in defense infrastructure. Interested parties should note that this is a draft solicitation for market research purposes, with a formal solicitation expected to be issued on or after May 8, 2025. Contractors are encouraged to submit inquiries to SMSgt Paul (Nick) Ochs at ng.ngca.caarng.uspfo-construction@army.mil by May 7, 2025, and the estimated project cost ranges from $10 million to $25 million, designated as a total small business set-aside.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation document outlines a Request for Proposals (RFP) for the construction of a 24,564 square foot vehicle maintenance shop at the Bakersfield Army National Guard Readiness Center in Kern County, California. The estimated project cost ranges from $10 million to $25 million, and it is designated as a 100% small business set-aside under NAICS code 236220. Currently, funds for the project are not available, but they are anticipated to be released prior to award, as the project is identified on the National Guard priority list. The successful contractor will be responsible for providing all necessary labor, materials, tools, and supervision to complete the construction according to federal, state, and local standards. The solicitation specifies that bids must be sealed, include performance and payment bonds if required, and adhere to government pricing guidelines. The project includes features such as vehicle parking, a controlled waste facility, and utility services, and must comply with relevant building codes and safety regulations. The award will be made to the bidder whose offer is most favorable regarding price and related factors.
    The document outlines a project by AtkinsRealis for the California Army National Guard (CA ARNG) at the Bakersfield Vehicle Maintenance Shop (VMS) located at 2500 Gateway Ave, Bakersfield, CA. The project is at a Type B 90% preliminary design stage and includes disciplines such as architecture, civil engineering, mechanical, plumbing, fire protection, electrical, and telecommunications. Key personnel, including project manager Peter Koehler and architect of record Donald M. Kachur, are identified, as well as a comprehensive list of project contacts. The document contains critical construction notes, emphasizing the contractor's responsibilities for reviewing entire contract documents, adhering to safety regulations, and verifying site conditions prior to construction. Additionally, it specifies the requirement for temporary construction safety measures and compliance with relevant building codes. A mix of accessibility guidelines and general project management strategies is integrated, ensuring that the final construction meets regulatory standards and achieves operational efficiency. This government document serves as an RFP response and detailed design framework, delineating expectations from contractors while highlighting the importance of coordinated efforts across multiple engineering disciplines. The ultimate goal is to provide the CA ARNG with a functional, safe, and compliant facility tailored to their needs.
    The document outlines the specifications for the construction of a Vehicle Maintenance Shop by the California Army National Guard in Bakersfield, CA, identifying project details, administrative requirements, preconstruction submittals, and various construction divisions. The work will encompass general construction tasks ranging from site preparation, structural frameworks, masonry, and finishes to specialized systems for HVAC, plumbing, fire suppression, and electrical installations. Administrative procedures indicate that the contractor must submit detailed plans and documents for government approval, ensuring compliance with safety and regulatory standards. Continuous project documentation, including photographs, work plans, and quality control measures are mandated to support successful project execution and facilitate ongoing assessments. Specific submission categories are defined, such as preconstruction submittals (like the salvage plan and sustainability reports) and final closeout reports, underscoring the project's commitment to environmental responsibility and adherence to performance standards. Overall, this document serves as a comprehensive roadmap for contractors to ensure that all elements of the construction meet regulatory, safety, and operational requirements while optimizing the project timeline and efficiency.
    The document outlines the General Decision Number CA20250020 concerning wage determinations applicable to various construction projects in California, particularly in Inyo, Kern, and Mono counties. It provides details on the minimum wage rates for labor in building, heavy, dredging, and highway construction under the Davis-Bacon Act and related Executive Orders. Specifically, it stipulates wage requirements linked to contracts initiated or extended post-January 30, 2022, under Executive Order 14026, mandating a minimum of $17.75 per hour, while those under Executive Order 13658, awarded between January 2015 and January 2022, require $13.30 per hour. The document includes extensive classifications of workers, prevailing wage rates, and supplementary pay conditions related to hazardous work and specialized job classifications. Additionally, it delineates geographic zones impacting wage rates. This information is vital for contractors bidding on federal projects, ensuring compliance with federal wage standards while emphasizing worker protections and proper compensation in government-funded construction initiatives. The overarching purpose is to ensure fair labor practices and uphold economic standards in federally funded construction projects.
    Lifecycle
    Similar Opportunities
    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.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    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.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    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.
    U.S. Government Space Required in Modesto, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Sacramento District, is seeking proposals for a full-service lease of retail office space in Modesto, California, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 4,841 rentable square feet and a maximum of 6,367 rentable square feet, with a lease term not exceeding five years and the option for government termination rights. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their proposals electronically by 12:00 PM PDT on December 21, 2025, to Stacy Mooney at Stacy.A.Mooney@usace.army.mil, and must include necessary documentation such as exclusivity agreements and representation letters.
    U.S. Government Space Required in Visalia, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a full-service lease for retail office space in Visalia, California, to accommodate a U.S. Armed Forces Career Center. The requirements include a minimum of 5,833 rentable square feet of space, with a lease term not exceeding five years and the provision of designated on-site parking for up to twenty-two government vehicles. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their responses electronically by 3:00 PM PDT on December 26, 2025, to Gia L. Jessiman at gia.l.jessiman@usace.army.mil, including necessary documentation to establish exclusivity in representing the building owner.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.