Design-Build Maintenance and Repair Army Reserve (MRAR) Area Maintenance Support Activity (AMSA) - 98, Sacramento , CA
ID: W912QR25RA012Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF 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
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Dept Of Defense
    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.
    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.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for a Design-Build Multiple Award Task Order Contract (MATOC) aimed at providing construction services over a five-year period, with a maximum value of $99 million. This opportunity is exclusively set aside for small businesses and encompasses Sustainment, Restoration, and Modernization (SRM) projects, minor military construction (MILCON), and support for various military and civil works programs primarily within Southern California. The contract will facilitate a range of construction activities, including new construction, renovations, repairs, and preventative maintenance for military installations and other federal entities. Interested parties should contact Cameron Stokes at Cameron.Stokes@usace.army.mil or call 213-452-3009 for further details regarding the solicitation process.
    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.
    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, 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.
    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.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    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.
    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.
    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.