SOLICITATION AMENDMENT ANNOUNCEMENT W912GB25R0034_Jarva-Jaani School Renovation, Estonia
ID: W912GB25R0034Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD FEST NAU1 EUROPEAPO, AE, 09096, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of the Järva-Jaani School located in Järva Rural Municipality, Estonia. The project aims to upgrade the school's infrastructure to meet current safety and sanitary standards, including significant renovations to the electrical and heating systems, fire safety improvements, and refurbishment of ceilings, with an estimated construction cost between $500,000 and $1,000,000. This initiative underscores the government's commitment to enhancing educational facilities while ensuring compliance with safety regulations. Proposals are due by April 17, 2025, and interested parties should contact SFC Kelsey Lahue at kelsey.j.lahue@usace.army.mil for further details.

    Files
    Title
    Posted
    The document appears to be a conceptual layout provided by the US Army Corps of Engineers, Europe District, likely pertaining to a federal project. Although the file is minimally detailed and primarily consists of visual representations and layouts, it indicates a focus on infrastructure planning. The layout suggests considerations for geographic orientation, spatial arrangement, and structural design relevant to the Army Corps’ operations. The absence of extensive textual information limits the context, but the intent seems to be to visualize proposed changes or developments in the area of focus. This document is integral within the framework of federal government RFPs and grants, likely serving as a preliminary visualization to support funding requests and project assessments aimed at improving military or civil infrastructure. Overall, it serves as a conceptual tool for internal use and stakeholder presentations to facilitate further discussions and evaluations.
    The document is a Bank Letter of Assurance addressed to the US Army Corps of Engineers, confirming the bank's commitment to provide a Bank Letter of Guaranty for a contract awarded under Solicitation W912GB25R0034, specifically for the renovation of the Jarva-Jaani School in Estonia. The letter, issued by an authorized bank representative, states that the bank will issue a guaranty equal to 10% of the proposed contract price within 14 calendar days of the award. It also confirms that the firm can obtain the necessary guaranty in accordance with federal regulations. The structure includes the bank's assurances and a closing statement indicating that all terms listed in the attached sample will be met. This document serves as a critical component of the bidding process for federal contracts, ensuring that financial backing is available for awarded projects, thereby supporting compliance with federal acquisition standards. The clarity and assurances provided in the letter are essential for facilitating trust and security in government contracting processes.
    The document is a Bank Letter of Guarantee from the Bank to the US Army Corps of Engineers, affirming the Bank's responsibility as a guarantor for a contractor (identified as "Contractor") involved in a renovation project at Järva-Jaani School, Estonia. The letter guarantees payment up to 10% of the contract value in the event the contractor fails to meet the terms of the contract. Payment is to be made within five calendar days upon receipt of a registered request from the Contracting Officer, without the need for further proof or legal action. The letter allows for contract modifications without requiring the Bank's prior consent, while ensuring the Bank is liable for adjusting the guarantee as outlined in the associated contract provisions. This guarantee remains effective until the project's completion and includes a provision for an extended guarantee after final acceptance of the work by the Government. The document highlights the financial security measures necessary for federal projects, illustrating the importance of ensuring contractors fulfill their obligations to maintain compliance and protect government interests.
    The document outlines requirements for contractors bidding on the Purvciems EMS Garage Renovation project in Latvia, specifically focusing on providing past performance details. Contractors must complete an experience information sheet detailing a relevant project, stipulating aspects like completion date, project cost, and project scope, including construction and renovation specifics. It emphasizes the relationship between contracting roles—Prime Contractor, Subcontractor, Joint Venture, and Key Subcontractor—requiring specific details about performance and management responsibilities. The form seeks to assess past performance to ascertain a contractor's suitability for the project. Overall, the document underscores the importance of experience in government contracting processes, particularly in projects funded or managed by the U.S. Department of Defense, ensuring all aspects meet necessary standards and regulations while facilitating a competitive bidding process.
    The project entails renovations and construction at Aviano Air Base, Italy, with a total funding of $750,000. Initiation began on December 13, 2021, and is projected for completion by December 12, 2022. This undertaking, which encompasses multi-story building renovations and the addition of a new parking structure, combines various construction processes, including new construction, vertical construction, and road and pavement repair. Key aspects include a 51% self-performance rate, indicating significant direct involvement by the prime contractor and subcontractors. The project's broader scope reaches several Eastern European countries, including Estonia, Latvia, Lithuania, and Poland, showcasing a commitment to collaborations with the United States Government, particularly the Department of Defense and the U.S. Army Corps of Engineers. The project exemplifies government infrastructure enhancement efforts abroad, demonstrating both renovation and expansion capabilities in military facilities.
    The NAVFAC/USACE Past Performance Evaluation Questionnaire is designed to evaluate contractor performance on federal projects. The form collects essential contractor and project details, including the contractor's information, role, contract specifics, and project description. Clients complete sections assessing the contractor’s performance across several categories: quality, schedule/timeliness, customer satisfaction, management, cost management, safety, and general compliance. Each category includes specific criteria rated on a scale from Exceptional (E) to Unsatisfactory (U). The form also requests client feedback on strengths, weaknesses, and potential improvements, facilitating a comprehensive assessment of the contractor's capabilities and reliability in future federal solicitations. The emphasis on past performance evaluations underscores the importance of demonstrated competency in federal contracting processes, influencing contract awards and project considerations. The government reserves the right to verify all provided information, ensuring accuracy in performance assessments.
    The Jarva-Jaani School Renovation project in Estonia seeks to procure design and construction services for specific upgrades. Offerors must quote pricing for base and optional items encompassing labor, materials, equipment, and necessary compliance with various safety and quality standards. Key base items include reconfiguration of the floor plan, electrical room upgrades, and life and safety enhancements, while option items involve replacing combustible ceilings and updating a heat transfer station. The pricing structure requires submission of unit prices and guarantees verification by the government of all extensions. Notably, the government retains the right to award optional items within 90 days post-award of the contract. This RFP outlines essential provisions including the period of performance and potential liquidated damages. The document serves to guide contractors in preparing competitive proposals that meet the project’s specifications and timelines, reflecting the commitment to the enhancement and safety of educational facilities within the government’s financial regulations.
    The document outlines the registration requirements for companies, including their representatives and subcontractors, intending to participate in federal government Requests for Proposals (RFPs) and grants. It specifies that each participant must provide their company information, including the title of attendees, point of contact details, and necessary registrations such as NCAGE, DUNS, and SAM. Key data points required include company name, country of incorporation, personal identification information for the attendees (such as name, title, country of birth, email address, and phone number), and registration status in relevant systems. This structured information is crucial for the government to assess eligibility and ensure compliance with federal procurement processes. The primary purpose of the document is to facilitate organized submissions for companies looking to engage with federal or state/local projects, ensuring all necessary information is collected to streamline the evaluation process for potential contracts and funding opportunities. Compliance with these requirements is essential for participation in government initiatives, reflecting the bureaucratic framework in which public sector contracts operate.
    This document provides a template for a Letter of Commitment, required for Offerors submitting proposals to the US Army Corps of Engineers. Offerors seeking to account for the past performance of subcontractors, team members, or affiliates must use the specified format, with alternatives for each role: Subcontractor, Team Member, or Affiliate. Each commitment letter outlines that if the Prime Contractor is awarded a contract, they commit to utilizing the specified party for designated services, while also detailing that the Prime Contractor can leverage the experience and performance of the other party. The letters emphasize that substitutions are not permitted without prior approval from the contracting officer, who will assess qualification and project integrity. If the Prime Contractor is not awarded the contract, the commitment letter becomes void. Overall, this document ensures that the obligations and expectations between contractors and their collaborators are clearly defined and legally binding to facilitate adherence to RFP requirements.
    The document outlines the preliminary requirements for a construction project involving the modification of an existing school building, specifically focusing on the addition of a proposed exit stairway and a light well. It emphasizes the need for contractors to field-verify existing conditions depicted through aerial imagery and GIS data, as all dimensions provided are approximations to be confirmed on-site. Additionally, it indicates that the proposed stairway requires an overhang to mitigate rainfall infiltration and that storm drainage systems will be essential at the basement level. The document serves as a conceptual layout and reference for potential contractors engaged in responding to this RFP, highlighting the importance of verification and adherence to proposed structural adjustments while maintaining compliance with safety and design standards set forth by the US Army Corps of Engineers, Europe District.
    The document outlines a project proposal for the reconstruction and extension of the Järva-Jaani Gymnasium located in Järva County, Estonia. It presents specific details about floor plans, room dimensions, and the intended uses of various spaces within the facility, including classrooms, hallways, and utility areas. The document is structured to provide an overview of the architectural plans, including the basement area, and emphasizes the school's expansion aimed at improving educational facilities. It mentions various technical aspects such as spaces designated for toilets, kitchens, storage, and common areas. This proposal is likely part of a federal or local request for proposals (RFP) aimed at gaining funding or support for educational infrastructure development. Its purpose is to secure essential resources for enhancing the learning environment for students and staff, thereby aligning with government efforts to modernize educational facilities in accordance with community needs.
    The U.S. Army Corps of Engineers (USACE) has established an Engineering Guideline (01/2016) focused on the preparation of structural calculations for construction projects within its North Atlantic Division Area of Responsibility. This guideline outlines required standards for structural calculations to ensure clarity, completeness, and usability by third parties. Key components include: 1. Each calculation must be self-contained, verify load-bearing capacities, and present all relevant information in an accessible manner. 2. A standardized structure is mandated for submissions, including cover sheets, detailed preliminary remarks, load assumptions, calculations, and sketches. 3. Essential calculations must address internal forces, deflection verification, connection load tables, and must highlight significant outputs for further processes. 4. Documentation must adhere to defined formatting to facilitate reproducibility, such as providing clear presentations of load data and structural integrity assessments. This guideline is critical in ensuring that structural designs meet high safety and quality standards, relevant in the context of government procurement processes, including Requests for Proposals (RFPs) and grants, by providing a coherent framework for assessing structural engineering submissions.
    The renovation project of the Järva-Jaani School was a collaborative effort between the United States and Estonia, facilitated by the U.S. European Command and the Office of Defense Cooperation at the U.S. Embassy in Tallinn. This initiative exemplifies international partnership and support for educational infrastructure, reflecting diplomatic relations and shared objectives in enhancing local facilities. The project not only underscores the commitment of the U.S. to assist its allies but also promotes community development and improvement of educational environments in Estonia. The completion date of the renovation is indicated but not specified within the document. Overall, this collaboration highlights the importance of federal support in local architectural advancements through joint ventures.
    The document outlines the scope for independent structural proofing required in a design-build project, mandating that structural calculations and drawings be validated by a licensed proofing engineer at the contractor's expense. Key responsibilities include the proofing of structural design calculations, execution drawings, and related non-structural components in high seismic zones. Detailed deliverables must be provided, including a comprehensive proofing report, red-lined calculations and drawings, all stamped and signed by the proofing engineer. The report must document the proofing effort, findings, applicable codes, and confirm all remarks are addressed in the final design submission. The contractor must ensure compliance with the host nation's building codes and disclose any conflicts of interest with the proofing engineer. This process emphasizes the commitment to structural integrity and safety in construction, aligning with regulatory demands inherent in government contracts and grants.
    The document outlines the special conditions and general requirements related to federal contracting, specifically addressing payment, definitions, order of precedence for contract provisions, and communication protocols. Key provisions include the contractor's obligation to comply with legal processes, language requirements for documentation and communication, and workforce regulations when working in host nations. It emphasizes that payment will not be made separately for compliance with requirements and establishes precedence among contract documents. Notably, the contractor must manage weather-related delays through specific reporting and substantiation requirements, and it mandates the use of English in all project-related communications. Additionally, the contractor is responsible for obtaining necessary permits and ensuring environmental protection throughout the project execution. This document serves as a comprehensive guideline for contractors regarding compliance with federal standards in construction projects, reflecting the government's emphasis on accountability, safety, and regulatory adherence in the execution of contracts.
    The Jarva-Jaani School Renovation project outlines the requirements for commencing and completing the renovation work. The contractor must start work within 7 calendar days after receiving the Notice to Proceed and must diligently execute the project, ensuring that the entire renovation is finished and ready for use within 600 calendar days. The time for completion includes final cleaning of the premises. Moreover, any optional tasks awarded are to be executed concurrently with the primary work. The government plans to issue a single Notice to Proceed covering all aspects of the project. This document emphasizes the timelines and obligations of the contractor to ensure the timely and efficient completion of the school renovation, reflecting the structured nature of federal contracts and the importance of adherence to specified project timelines.
    The document outlines payment procedures for a government construction contract involving the reconfiguration of a school facility. It specifies costs associated with several base items, including reconfiguring the floor plan (Base Item 0001), upgrading the electrical room (Base Item 0002), and implementing life and safety upgrades (Base Item 0003). Each base item entails design and construction aspects, such as demolishing walls, installing new electrical equipment, and enhancing safety features like exterior exit stairs and fire doors. Additionally, it includes optional items for potential future work, such as replacing combustible ceilings (Option 1) and updating the heat transfer station (Option 2). The government retains the flexibility to award any of these options as deemed necessary, underscoring the focus on comprehensive facility upgrades while meeting safety and design requirements. Overall, the document establishes clear financial and procedural guidelines for contractors executing the project.
    The document is an amendment to a solicitation (IEU-25-0023) issued by the U.S. Army Corps of Engineers, extending the deadline for proposal submission to April 11, 2025, at 10:00 AM CEST. All other terms and conditions of the original solicitation remain unchanged. It emphasizes the need for bidders to submit technical questions in writing through the ProjNet system, using a specified inquiry key for access. Bidders must acknowledge receipt of this amendment using one of the provided methods prior to the newly specified deadline; failure to do so may result in rejection of their offer. The document serves as a vital notice to contractors involved in federal project bidding, ensuring awareness of updated timelines and procedures necessary for compliance.
    The document outlines an amendment to solicitation W912GB25R0034 for a design-build project involving the renovation of Järva-Jaani School in Estonia. The main purpose is to ensure compliance with safety and sanitary standards by updating facilities, primarily in the basement. Key renovations include replacing the main electrical system, heater upgrades, new fire doors, improved ceiling finishes, and overall structural enhancements. The project follows specific design requirements tailored to host nation codes while also addressing environmental impacts. Amendments extend the proposal submission deadline to April 17, 2025, providing bidders with more time. The statement of work emphasizes collaboration among various engineering and design disciplines, ensuring the final output meets fire safety and accessibility standards while eliminating any hazards associated with the current infrastructure. The systematic approach outlined includes demolitions, new construction, and comprehensive project scheduling to coordinate with the existing school timetable, enhancing the safety and operability of the educational facility. This initiative signifies the government’s commitment to improving public educational environments in alignment with modern standards.
    The Järva-Jaani School Renovation project in Estonia aims to upgrade safety and sanitary conditions within an existing school building constructed in the 1940s and 1960s. The renovation work encompasses electrical system upgrades, fire safety improvements, ceiling refurbishments, and construction of additional spaces in the basement. The project, valued between $500,000 and $1,000,000, is solicited under unrestricted competition with a firm-fixed price awarded based on the best value trade-off method. The contractor must initiate work within seven calendar days and complete it within 600 days post-award. Proposals are due by April 3, 2025, and require a structured submission including technical approaches, past performance, pricing, and compliance with bonding requirements. Interested parties must pre-register for a site visit on March 12, 2025. With adherence to specific guidelines for submission, including electronic formats and clarity in presentation, the government emphasizes thorough documentation of capabilities and compliance to ensure quality renovation consistent with fire safety and building codes. The document underscores the government's commitment to enhancing educational facilities while enforcing stringent procurement processes tailored for construction contracts.
    The government is soliciting proposals for the renovation of the Järva-Jaani School in Järva Rural Municipality, Estonia, aiming to improve safety and meet sanitary standards. The project includes upgrading the electrical and heating systems, replacing fire doors, refurbishing ceilings, and addressing fire safety code deficiencies. The estimated construction cost ranges between $500,000 and $1,000,000, and the contract will be awarded based on a Best Value Trade-Off method to a single firm-fixed price contractor through full and open competition. Proposals must be submitted by April 11, 2025, and must demonstrate technical approach, past performance, and pricing. A mandatory pre-proposal site visit is scheduled for March 12, 2025. Offerors are evaluated on several criteria including technical approach, past performance relevancy, and pricing, with an emphasis on providing the best overall value to the government. Contractors must meet licensing requirements in the host nation and adhere to strict submission and bonding requirements. The project exemplifies the government's commitment to improving educational infrastructure while ensuring compliance with safety standards.
    The solicitation for the Järva-Jaani School renovation project in Estonia aims to upgrade the school's infrastructure to meet current safety and sanitary standards. This includes interior renovations of the sub-basement area, replacing outdated electrical and heating systems, addressing fire hazards like combustible ceiling materials, and enhancing escape routes with new exterior stairs and fire doors. The contract will be awarded through a Best Value Trade-Off acquisition method, with an estimated construction cost between $500,000 and $1,000,000. Open to full competition, the project requires the submission of sealed bids by April 17, 2025. Successful bidders must start work within seven calendar days of contract award, completing it within a designated 600-calendar day period. Proposals will face evaluation based on technical approach, past performance, and pricing, with particular attention to the contractors’ abilities to self-perform tasks, assurance of quality workmanship, and strategies for managing the project timeline. Key contract obligations include securing necessary performance and payment bonds and maintaining compliance with regulations throughout the construction process, establishing a framework for ensuring successful project execution and safety.
    Lifecycle
    Similar Opportunities
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    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.
    FY26 HESSEN BAVARIA DB SATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the FY26 HESSEN BAVARIA DB SATOC project, which involves a firm fixed price, indefinite delivery/indefinite quantity contract for design-build construction. The primary objectives include facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects within the states of Bavaria and Hessen in Germany. This contract is crucial for maintaining and enhancing military infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This project, part of the Academic Building Upgrade Program, aims to modernize academic facilities and address a significant shortage of instructional space by demolishing a 1955 addition and preserving the original 1911 structure, ultimately creating a state-of-the-art facility with various academic and administrative spaces. The estimated construction cost exceeds $500 million, with a planned solicitation in Summer 2026 and demolition/reconstruction commencing in early 2027. Interested firms are encouraged to submit their capabilities packages by December 23, 2025, to Brian Mannion at brian.t.mannion@usace.army.mil.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    Lighting Upgrade for Hangar 2406
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a lighting upgrade project at Hangar 2406 located at Fort Eustis, Virginia. The objective of this procurement is to install a new power station in Hangar 2418 to support the electrical needs for MOS 15Y Training, addressing the current outdated electrical system that hampers training readiness. This project is crucial for ensuring a reliable power supply for training activities, thereby preventing disruptions and the need for student relocations. Interested parties must confirm their capability to perform the installation by December 17, 2025, at 12:00 PM CST, and can reach out to Jolene A. Granger at jolene.a.granger.civ@army.mil for further information.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    PLA Market Survey - Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is conducting a market survey regarding the potential use of Project Labor Agreements (PLAs) for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project, estimated to cost $35 million or more, involves extensive repairs to a 31,658 square foot facility, including upgrades to HVAC systems, electrical distribution, fire safety systems, and structural enhancements to extend the facility's lifespan by 25 years. The Corps is particularly interested in feedback from the construction community on the use of PLAs, including insights on local labor availability, scheduling concerns, and potential cost impacts associated with PLA requirements. Interested parties should submit their comments via email to Adam Brooks at adam.m.brooks@usace.army.mil by 2:00 PM Eastern Standard Time on December 16, 2025.