Design/Build Maintenance and Repair Army Reserve (MRAR) of Area Maintenance Support Activity (AMSA), B655, at the BT Collins Army Reserve Center, Sacramento, CA
ID: W912QR25RA012Type: Solicitation
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 MAINTENANCE BUILDINGS (Z2EB)

Set Aside

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

    The Department of Defense is soliciting proposals for the Design/Build Maintenance and Repair Army Reserve (MRAR) project at the Area Maintenance Support Activity (AMSA) located at the BT Collins Army Reserve Center in Sacramento, CA. This project aims to repair and upgrade the maintenance facility, extending its operational life and accommodating additional space to meet the Army Reserve's needs. The procurement is set aside for small businesses and will be conducted in two phases, focusing on evaluating past performance and technical approaches in Phase I, followed by design narratives and management plans in Phase II. Interested contractors should note that the estimated construction cost ranges between $10 million and $25 million, and they must comply with all amendments and submission requirements outlined in the solicitation documents. For further inquiries, contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a Design-Build contract for the Maintenance and Repair of the Army Reserve (MRAR) facility at the BT Collins Army Reserve Center in Sacramento, CA, with an estimated construction cost between $10 million and $25 million. This project is explicitly set aside for small businesses and is subject to fund availability. The proposal process is structured into two phases, with Phase I focusing on evaluating the technical capabilities of potential contractors, particularly in past performance and technical approaches. Proposals must be submitted electronically, adhering to specific guidelines for organization and content structure. Contractors are required to provide details about past projects that are similar in scope, size, and complexity, with an emphasis on relationships between the design-build team members. Evaluation criteria for selection in Phase I include relevance and confidence ratings based on past performance as well as the quality of the proposed technical approach. The document stresses the importance of completing detailed submissions that conform to specified requirements, including bonding capabilities and financial information, as part of the pre-award evaluation process. This solicitation represents the government's commitment to responsible contracting while ensuring compliance with federal standards.
    The solicitation amendment W912QR25RA012 aims to select a contractor for the Design-Build Maintenance and Repair Army Reserve (MRAR) project at the Area Maintenance Support Activity (AMSA) 98 in Sacramento, CA. The project involves repairing and upgrading the Maintenance facility, extending its economic life, and adding space to meet operational needs. Amendments to submission procedures include specific clarifications on technical approaches and management plans. The procurement will be conducted in two phases, emphasizing a Best Value Trade-Off Process. Phase I requires proposals focusing on past performance and technical approaches, while Phase II will involve design narratives and management plans. Offerors must demonstrate compliance with updated submission criteria and must acknowledge all amendments. Key evaluation factors include the contractors’ past performance, collaborative approaches, management plans, and technical capabilities, ensuring that selected offers align with DoD standards and project goals. The document also incorporates wage determinations in accordance with federal regulations, underscoring compliance with labor laws. This initiative illustrates the government's commitment to maintain readiness within the Army Reserve while ensuring sustainable, energy-efficient construction practices.
    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.
    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.
    $90M Indefinite Delivery Indefinite Quantity (IDIQ), Sustainment Restoration and Modernization (SRM) Construction, Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Philadelphia District, is issuing a pre-solicitation notice for a $90 million Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Sustainment Restoration and Modernization (SRM) construction projects. This contract is set aside exclusively for small businesses and will encompass a range of Design-Build and Design-Bid-Build construction projects, including renovations, new constructions, and various minor repairs within the Philadelphia District's Area of Responsibility. The procurement process will utilize a two-phase best value methodology, with the intent to award up to five contracts based on price and technical factors, and proposals for Phase 1 are expected to be due around February 2, 2026. Interested vendors should contact Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil or call 215-656-6761 for further details and ensure they are registered in the System for Award Management (SAM) database.
    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.
    Repair BEQ AS4211
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the repair of Bachelor Enlisted Quarters (BEQ) AS4211 at Marine Corps Air Station (MCAS) New River, North Carolina. This project, estimated to cost between $10 million and $25 million, is set aside for small businesses and requires proposals from a specific list of eligible contractors. The scope of work includes extensive renovations across various building systems, with a completion timeline of 730 days post-award and liquidated damages of $880 per day for delays. Interested contractors must submit their proposals by January 14, 2025, and can contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil 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.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Sacramento River Erosion Contract 3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to solicit bids for the Sacramento River Erosion Contract 3. This contract involves construction activities related to the erosion control of the Sacramento River East Levee, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The project is critical for maintaining the integrity of the levee system, which plays a vital role in flood risk management and environmental protection in the region. Interested contractors can reach out to Julie Maxwell at julie.maxwell@usace.army.mil or by phone at 916-557-7989, or Jennifer Wheelis at Jennifer.l.wheelis@usace.army.mil or 916-616-5987 for further details regarding the pre-solicitation notice.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    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.