Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
ID: W912QR25RA009Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, 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 Design-Bid-Build construction of a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Georgia. The project encompasses the construction of an ARC training building, a Vehicle Maintenance Shop, and an Unheated Storage Building, along with necessary supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated construction cost ranging between $25 million and $100 million. Interested contractors must submit their proposals electronically by 4:00 p.m. ET on August 18, 2025, and are encouraged to contact Bonny Dylewski at Bonny.C.Dylewski@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a sign-in sheet for a Pre-Proposal Site Visit related to Project DOBBINS ARC/VMS at Dobbins ARB, GA, under Solicitation No. W912QR25RA009. The visit was scheduled for March 2025 at 0930 hour. The sheet includes fields for attendees to provide their name, the organization they represent, telephone number, and e-mail address. Its purpose is to record attendance for prospective bidders or interested parties at a mandatory or highly recommended site visit, common in government contracting processes like RFPs, to ensure all potential offerors have a clear understanding of the project scope and site conditions before submitting proposals. The document facilitates communication and provides contact information for future reference regarding the solicitation.
    The document details a pre-proposal site visit for the Dobbins ARC/VMS project at Dobbins Air Reserve Base, Georgia, under solicitation number W912QR25RA009. Scheduled for March 2025 at 0930 hours, attendees are required to sign in and provide their contact information. This site visit is likely an essential step in the contracting process, allowing potential bidders to familiarize themselves with the project site, ask questions, and gain clarification regarding project requirements. Such visits commonly occur in federal grant and request for proposal (RFP) processes to ensure transparency and help bidders prepare competitive proposals aligned with government standards. Overall, the document serves as an invitation and logistical outline for interested parties to engage in the procurement process for this federal project.
    The document outlines the construction plans for the Dobbins Army Reserve Center and Vehicle Maintenance Shop at Dobbins Air Reserve Base in Georgia. It is a comprehensive project designed to improve facility capabilities by constructing a maintenance shop across a total site area of 12.50 acres, with 10.53 acres designated for onsite disturbed area. Prepared by Tetra Tech, Inc. for the U.S. Army Corps of Engineers, this project encompasses various civil engineering elements including a code compliance site plan, grading, drainage plans, and utility layouts. Key details include requirements for adherence to specific construction standards, soil management, erosion control, and the coordination of utility installations. Additionally, the contractor is responsible for managing impacts to existing landscaping and ensuring compliance with erosion and sedimentation regulations. The document emphasizes the importance of proper planning and execution to ensure the safety and functionality of the facilities being constructed, as well as the protection of environmental and historical aspects of the site. Overall, the document serves as a framework for executing a significant military infrastructure project while adhering to government regulations and engineering standards.
    The document outlines the design and operational requirements for contractor activities at the Dobbins Army Reserve Center, particularly focusing on the contractor laydown area and parking regulations. Key directives include the establishment of a designated POV (privately owned vehicle) parking area, which must only be used during site clearing, and prohibits overnight parking. Any vehicles improperly parked risk towing and penalties. The contractor is tasked with delineating parking areas clearly and may not store materials or equipment in the parking zones. Additionally, the contractor is responsible for documenting existing site conditions and repairing any damages at no extra cost to the government. It also includes specifications regarding the installation of construction trailers and ensures that the conditions align with civil plans and specifications. Overall, the document emphasizes strict compliance with parking regulations, maintenance of site integrity, and adherence to safety and operational protocols during the project’s execution.
    The document relates to a specific Request for Proposals (RFP) issued by the federal government, identified as W912QR25RA009, dated March 5, 2025. Although the content is heavily distorted and difficult to interpret, it hints at providing plans relevant to construction or infrastructure projects. The RFP likely outlines objectives, goals, and requirements for vendors to submit proposals for federal grants or contracts related to public works or community development. Emphasis appears to be placed on stringent compliance with federal and local regulations, with likely stipulations regarding safety protocols, project timelines, and the quality of services rendered. The structure suggests a detailed description of project expectations, deliverables, and evaluation criteria for prospective bidders, illustrating the government's determination to ensure accountability and effectiveness in the procurement process. This document serves as a foundational piece for stakeholders looking to engage in federal contracts, promoting strategic partnerships to enhance community projects.
    The document pertains to the architectural and engineering plans for the Dobbins Army Reserve Center and Vehicle Maintenance Shop located at Dobbins Air Reserve Base in Georgia. It outlines the detailed design and specifications required for the construction, including a comprehensive sheet index covering architectural, structural, mechanical, electrical, plumbing, and fire protection aspects, totaling 371 sheets. Key components include various floor plans, life safety plans, door schedules, and detailed construction specifications involving materials and fire ratings for doors. The focus is on ensuring compliance with safety and building codes while integrating various systems like plumbing and telecommunications. The document serves the purpose of outlining requirements for contractors responding to government RFPs, highlighting the federal government's commitment to providing well-functioning facilities that meet military operational needs and adhere to regulatory standards. It emphasizes the importance of coordinated efforts among architects, engineers, and constructors to follow the established guidelines throughout the project, ensuring safety, efficiency, and functionality in design and construction practices.
    The document outlines the federal Request for Proposal (RFP) W912QR25RA009, intending to solicit bids for construction and renovation projects mandated by the government. The RFP specifics emphasize compliance with federal regulations and local building codes, aimed at enhancing infrastructure through upgrades and improvements. Interested contractors are required to submit detailed proposals that address project goals while adhering to safety and environmental standards. Key focus areas include stringent project timelines, budget adherence, and collaboration with federal agencies to ensure all aspects of the project align with established protocols. The overarching goal is to facilitate efficient project execution while safeguarding public interests and regulatory compliance. This RFP represents a crucial effort by the federal government to engage qualified bidders for vital infrastructure developments.
    The document pertains to the design and specifications for the Dobbins Army Reserve Center's Vehicle Maintenance Shop at Dobbins Air Reserve Base, Georgia. It includes detailed plans for door types, frame specifications, and construction materials designed to meet structural and safety standards. Key elements include heavy metal doors, sound attenuation requirements, and moisture barriers, with specifications for insulation and weather protection measures. The document emphasizes coordination for furniture, equipment, and security systems, and notes that licensed professionals must handle electrical connections. It presents a comprehensive approach to maintaining safety standards while achieving functional design requirements, reflecting the U.S. Army Corps of Engineers' commitments to quality and compliance within federal RFP frameworks. The overall intent is to ensure robust, lasting infrastructure that supports military operations effectively.
    The document, identified as W912QR25RA009_Plans_Vol4-0000, pertains to a government Request for Proposal (RFP) associated with a project scheduled for completion by March 5, 2025. Although the content is significantly garbled with nonsensical characters and lacks coherent text, it appears to be an outline for plans related to a construction or development project managed by the federal government, possibly under the U.S. Army Corps of Engineers. Key concepts likely include the objectives and requirements for bidders, deadlines for submissions, project specifications, and compliance with federal standards. In the context of government RFPs, federal grants, and state/local RFPs, this document aims to solicit industry participation to achieve construction goals, ensure adherence to regulatory requirements, and secure funding appropriation through grants. Quality control, safety protocols, and project timelines might be emphasized, reflecting the need for diligence and accountability in government-funded initiatives. The document’s overall purpose is to outline the necessary steps and criteria for interested parties to engage in this federal project successfully, thereby facilitating infrastructure development and maintenance ensuring strict compliance with all regulations governing public contracts.
    The document outlines the design plans for the Dobbins Army Reserve Center and Vehicle Maintenance Shop located at Dobbins Air Reserve Base in Georgia. It includes architectural details, material specifications, and construction requirements. Key sections reference various sheets for essential notes, door schedules, and related mechanical and electrical drawings, emphasizing coordination and compliance with standards. Notably, the building will feature a masonry brick veneer, single skin metal panel systems, and pre-finished roofing and drainage elements, all of which are critical to the structure's integrity and aesthetics. The final design is certified, highlighting commitments to safety, electrical standards, and the use of licensed professionals for installations. The document serves as a comprehensive guide for contractors, ensuring that all aspects of the project align with federal and local regulations while facilitating proper furniture and equipment placement. This plan reflects the federal government's emphasis on methodical project execution and adherence to standards in military facility development.
    The document outlines the solicitation for the construction of an Army Reserve Center and Vehicle Maintenance Shop at Dobbins Air Reserve Base, GA, under a Design-Bid-Build format. The estimated construction cost ranges from $25 million to $100 million, with a project timeline extending up to 900 calendar days after the Notice to Proceed. Contractors are required to submit proposals electronically, and a mandatory site visit is scheduled for March 13, 2025. Evaluation criteria include past performance, management plans, commissioning strategies, and small business participation strategies, emphasizing the importance of related experience and adherence to safety and building standards, particularly for U.S. military facilities. Potential bidders must comply with financial requirements, including bonding, and their size classification must align with federal regulations to qualify for consideration. The procurement emphasizes sustainability measures and aims for a high level of energy efficiency in the design. Contractors must also ensure compliance with cybersecurity standards as outlined in NIST SP 800-171. The document stresses that funding for the project is not currently available, and no contract award will proceed until funds are appropriated, reflecting typical procedural requirements for government contracts.
    The document outlines the solicitation for the construction of an Army Reserve Center and Vehicle Maintenance Shop at Dobbins Air Reserve Base, Georgia. Designated as Project P2# 502297, it details the design-bid-build approach and certified final design specifications, highlighting the scope of work across various divisions including civil, structural, mechanical, and electrical components. The proposal establishes requirements for procurement, contracting, safety protocols, and quality control measures. Key points include submissions for contractor qualifications, sustainability reporting, and compliance with regulatory standards such as ASTM and AISC. Detailed specifications focus on critical installations like roofing, wall assemblies, and plumbing systems with an emphasis on environmental sustainability and safety regulations. Timelines for project execution and adherence to building codes are stipulated, emphasizing the need for comprehensive reporting on construction activities. The document is a part of federal government RFPs aimed at securing specialized construction services for defense-related infrastructure, ensuring efficiency and regulatory compliance throughout the process. This project underscores the government's commitment to providing modern facilities for support and maintenance operations within the military infrastructure.
    The document outlines the solicitation for constructing an Army Reserve Center and Vehicle Maintenance Shop at Dobbins Air Reserve Base, Georgia, under the project number P2: 502297. This project follows a Design-Bid-Build format, with final certified design specifications provided in Volume 3 of 3. It systematically details procurement and contracting requirements, general requirements, existing conditions, and a comprehensive project schedule, among other divisions covering materials, structural components, and safety standards. The specifications include various sections on civil, structural, architectural, and mechanical aspects, emphasizing strict adherence to required standards and procedures, such as sustainability reporting and safety regulations. The document serves as a guide for contractors, detailing the procedures, materials, and quality control measures necessary for compliance. The project's objective is to create modern, functional facilities for the Army Reserve, reflecting a commitment to enhancing military readiness through infrastructure upgrades while ensuring safety and operational functionality.
    The document outlines Amendment No. 0002 for Solicitation No. W912QR25RA009 regarding the Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base, GA. It details revisions to various specification sections, including sustainability reporting and cybersecurity protocols for facility-related control systems. Notably, the due date for proposal submissions is extended to May 6, 2025, emphasizing the requirement for offerors to acknowledge all amendments. Key changes include updates to the construction plans, adjustments in specification sections, and modifications to the due date for offers. This amendment reflects the federal government's commitment to high-performance and sustainable building practices by implementing stringent guidelines for design and construction phases, ensuring compliance with LEED standards and other environmental regulations. The emphasis on documentation and third-party certification requirements also highlights the project's focus on sustainability and rigorous oversight. Overall, the amendment serves to clarify contractual obligations, improve project execution, and align with federal sustainability objectives.
    The document outlines Amendment No. 0004 for the solicitation W912QR25RA009 concerning the Design-Bid-Build construction of an Army Reserve Center at Dobbins Air Reserve Base, Georgia. The amendment includes modifications to specified sections related to cast-in-place concrete, tiling, and pavement, necessitating acknowledgment from offerors to ensure compliance. Key changes involve detailed revisions to the specifications and requirements for the concrete mix design, materials, and construction techniques. Additionally, there are environmental mandates emphasizing sustainability, requiring the use of recycled materials and adherence to certification standards. Clear guidelines for quality assurance, testing, and certifications for both contractors and materials are outlined extensively. The amendment also stipulates that contractors must manage waste, ensure safety data availability, and maintain compliance with environmental performance goals. Overall, the document emphasizes the need for precise compliance with updated specifications to ensure the successful and sustainable completion of the project.
    The document amends solicitation W912QR25RA009 for the Design-Bid-Build Construction of an Army Reserve Center at Dobbins Air Reserve Base, Georgia. Key amendments include the requirement for contractors to have a current NIST SP 800-171 DoD Assessment at the time of award and updates to various FAR clauses related to representations and certifications, as well as sustainable products and services. Notably, several FAR clauses concerning equal opportunity and affirmative action have been deleted, and current wage determinations for construction under the Davis-Bacon Act have been incorporated. Contractors are reminded to acknowledge all amendments to maintain compliance. The document outlines compliance requirements under executive orders regarding minimum wage and paid sick leave, highlighting the necessity for adherence to specific federal and state labor regulations. Overall, the amendments aim to clarify and update the conditions of the solicitation while ensuring contractors meet cybersecurity, sustainability, and compliance standards.
    The document outlines Amendment No. 0003 for Solicitation No. W912QR25RA009, which pertains to the design and construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base, Georgia. Key updates include a revised proposal submission timeline, extending the response deadline to August 18, 2025, and modifications to various sections of the solicitation, enhancing requirements for Project Labor Agreements (PLA) and updating technical inquiries procedures via ProjNet. The project involves constructing a multi-story ARC, Vehicle Maintenance Shop, and an Unheated Storage Building with sustainability and security measures, requiring a proposal evaluation based on past performance, management plans, and small business participation plans. Offerors must submit proposals electronically, ensuring adherence to specified formats and deadlines. The evaluation process emphasizes a best value trade-off approach, recognizing not only price but also technical competencies and past experiences. The document places particular importance on the implications of small business participation, aiming to foster inclusivity in government contracting. It includes detailed instructions for the submission and review process, ensuring compliance with federal regulations and best practices in government procurement.
    This government solicitation amendment, W912QR25RA009-0005, for the Design-Bid-Build Construction of an Army Reserve Center at Dobbins Air Reserve Base, GA, updates several key components. It revises FAR clauses 52.209-6, 52.219-8, 52.219-28, and 52.222-54 to their latest January 2025 versions. Notably, FAR 52.219-28, concerning Postaward Small Business Program Rerepresentation, is provided in full text, detailing requirements for contractors to re-represent their size and socioeconomic status under specific conditions, including mergers, acquisitions, and long-term contracts. Additionally, Wage Decision Number GA20250304 (Building) for Cobb County, Georgia, Modification Number 4, dated August 8, 2025, is incorporated, replacing the previous modification. This update includes prevailing wage rates for various construction trades and outlines contractor obligations regarding Executive Orders 14026 and 13658 for minimum wage and paid sick leave. Offerors must acknowledge all amendments, and all other terms and conditions of the original solicitation remain unchanged.
    This document is Amendment 0006 to Solicitation No. W912QR25RA009 for the Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), GA. The amendment primarily extends the proposal due date from 11:00 a.m. ET to 4:00 p.m. ET on August 18, 2025. It also revises the descriptions and funding types for Option Item 0010 and Option Item 0011, changing "Operations and Maintenance Army Reserve (OMAR) Funded Equipment Items" to "Military Construction - Army Reserve (MCAR) Funded Equipment Items." This change reclassifies certain equipment as permanently attached to the construction, including built-in lockers and wire mesh caging. The amendment outlines procedures for acknowledging receipt of the amendment and submitting changes to offers. All other terms and conditions of the original solicitation remain unchanged. The document also provides a detailed price breakout schedule for base proposal and bid option items, including newly introduced "Bona Fide Need" OMAR-funded equipment items.
    Similar Opportunities
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    403873 FLW AIT Barracks Complex II Phase 2
    Buyer not available
    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.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    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's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    Renovation of Building 12 Picatinny Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and it includes essential renovations and the potential addition of an emergency generator. The procurement process emphasizes the importance of compliance with various technical specifications and safety standards, particularly regarding mechanical and electrical systems, as well as adherence to the Buy American Act. Proposals must be submitted electronically by December 12, 2025, at 2:00 PM EST, to the designated contacts, Monica Coniglio and Matthew Lubiak, with a file size limit of 25MB per email.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Buyer not available
    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.