Design/Build Maintenance and Repair (MRAR) of an Army Reserve Center (ARC) in Delaware, OH
ID: W912QR25RA027Type: 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 MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design/Build Maintenance and Repair (MRAR) project at the Army Reserve Center in Delaware, Ohio. The project involves the comprehensive renovation of Building DL002, covering approximately 13,225 square feet, which includes upgrades to HVAC, electrical systems, and structural elements, while adhering to federal safety and sustainability standards. This initiative reflects the government's commitment to maintaining and modernizing military infrastructure to enhance operational capabilities. Interested contractors must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by September 3, 2025, with an estimated construction cost between $10 million and $25 million. For further inquiries, contact Rachael McClellan at rachael.l.mcclellan@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 modifies Solicitation No. W912QR25RA027 for a Design-Build Maintenance and Repair project at the Delaware Memorial Army Reserve Center, Delaware, Ohio. Key changes include reducing the minimum square footage for similar renovation projects from 45,000 to 10,000 square feet and extending the offer response deadline to May 28, 2025. The solicitation outlines a two-phase procurement process, with Phase I focusing on evaluating offerors' past performance and technical approach without pricing. Offerors are required to submit proposals electronically, detailing past projects for both the Prime Contractor and the A/E Designer of Record, as well as their collaboration, organization, and quality control strategies. Financial capability and bonding ability are also required but not rated. Evaluation criteria emphasize relevancy and quality of past performance, and a thorough understanding of design-build processes. All other terms and conditions remain unchanged.
    This document is Amendment 0002 to Solicitation W912QR24RA027, issued by the US Army Corps of Engineers, Louisville District, for a Design/Build Maintenance and Repair (MRAR) contract for the Delaware Army Reserve Center Training Building. The amendment extends the proposal due date to September 3, 2025, and changes the contract completion period from 720 to 1,085 days to incorporate the design phase. It replaces several sections of the original solicitation, including ProjNet & PIEE Instructions, the Price Breakout Schedule, and procedures for Phase Two offer submittal and evaluation. It also updates wage determinations, a FAR provision for site visits, and all plan sheets and specification sections. The amendment details the requirements for electronic proposal submission via the PIEE Solicitation Module, outlines the two-phase procurement process, and describes evaluation factors for Phase II, which include Design Narrative, Management Plan, Schedule Narrative, and Price. A site visit is scheduled for August 12, 2025.
    This document details an amendment to Solicitation No. W912QR25RA027, regarding the Design-Build Maintenance and Repair of the Delaware Memorial Army Reserve Center in Delaware, Ohio. The amendment adjusts the minimum required building square footage from 45,000 to 10,000 square feet and extends the proposal submission deadline to 28-May-2025. It outlines the submission requirements, evaluation criteria, and procedures for a two-phase procurement process, focusing on a Best Value Trade-Off approach. In Phase I, contractors must submit past performance records and a technical approach, which will be reviewed for compliance and rated accordingly. The evaluation covers a range of factors, including the contractor's collaboration, organization, and quality control measures. Financial capability and bonding evidence must also be presented, alongside details about the project scope and contractor qualifications. The document emphasizes adherence to sustainability standards and ensures that proposals are evaluated confidentially and equitably, maintaining clarity around project requirements and expected contractor performance. Overall, this amendment reflects the government's commitment to a strategic selection of contractor capabilities for military facility upkeep and management.
    The file outlines a modification to a previous solicitation for the Design/Build Maintenance and Repair project at the Delaware Army Reserve Center (ARC) in Delaware, Ohio. Key changes include an extension of the Phase II proposal due date to September 3, 2025, an increase in the contract completion period from 720 to 1,085 days to accommodate design phases, and various updates to project sections and specifications. The amendment also specifies procedures for acknowledging the amendment and how to change previously submitted offers. The solicitation follows a two-phase procurement method, focusing on selecting one contractor for the project that involves extensive repairs, including HVAC, electrical, and structural work. Offerors must submit detailed proposals that highlight design processes, management strategies, and schedules, all structured per specific instructions. The evaluation will consider both technical merit and price, emphasizing a best-value trade-off approach. Compliance with federal and state regulations on hazardous materials is paramount, with all plans adhering to Department of Army standards. This process showcases the government's commitment to facilitating contractor engagement while ensuring thorough evaluation for effective project execution.
    The document outlines the solicitation for a design-build project to repair Building DL002 at the U.S. Army Reserve Center located in Delaware, Ohio. Scheduled for a certified final design submission by July 25, 2025, it focuses on the full renovation, which includes demolition and reconstruction of various structures such as the training center and vehicle maintenance shop. Key components involve organizational planning, site surveys, utility management, and adherence to federal guidelines, particularly concerning construction methodologies and safety regulations. The document also details logistics for contractor access, utility negotiations, and plans for demolition, emphasizing compliance with environmental safety standards. This solicitation reflects the federal commitment to maintaining infrastructure and providing necessary upgrades to military facilities while promoting project efficiency and contractor accountability during the construction phase.
    The document outlines the design-build specifications for telecommunications infrastructure related to the Repair Building DL002 at the USAR Center in Delaware, OH. It details the standards and requirements for Army Reserve telecommunications facilities and emphasizes compliance with existing criteria, such as the Unified Facility Criteria (UFC) 3-580-01. Key components include the strategic provisioning of telecommunications services, the design of specific telecommunications spaces (Entrance Facility, Telecommunications Equipment Room, and Telecommunications Room), and installation requirements for outside and inside plant pathways and cabling. It also outlines requirements for mechanical and electrical systems, grounding/bonding practices, labeling, testing protocols, and project approval processes, ensuring that all installations meet regulatory standards. The document serves as a comprehensive guide for contractors engaged in the repair and modernization of telecommunications facilities, aiming to standardize and enhance the operational capacity of the Army Reserve’s infrastructure. By adhering to these specifications, the Army Reserve ensures resilience and reliability in its communications capabilities while adhering to safety and quality assurance measures.
    The document outlines a Request for Proposal (RFP) for the design-build of repairs to Building DL002 at the USAR Center in Delaware, OH. The project focuses on a comprehensive renovation covering 13,225 square feet, including upgrades to HVAC, electrical systems, and structural elements. Emphasis is placed on adherence to sustainable design standards and compliance with federal and state regulations for hazardous materials during demolition. The procurement follows a two-phase selection process, initially evaluating qualifications to shortlist contractors who will submit detailed proposals in the second phase. Key evaluation criteria include design narrative, management plan, project schedule, and pricing, with proposals aimed at demonstrating capability and innovative solutions. The project seeks a single contractor based on the best value trade-off principle. Contractors must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE), and all submissions must meet specific formatting requirements to be considered valid. This solicitation underscores the government's commitment to maintaining its facilities while ensuring safety and efficiency in project execution.
    The document outlines a Request for Proposal (RFP) for the design-build project to repair Building DL002 at the US Army Reserve Center in Delaware, Ohio. Scheduled between April and August 2025, the project aims to renovate the facility in compliance with various design standards and local regulations. The RFP incorporates comprehensive details, including procurement requirements, general construction specifications, and a division of work categorized into architectural, mechanical, electrical, and plumbing design aspects. It includes appendices offering project drawings, area summaries, room-specific supplemental instructions, and regulatory compliance documents. Notably, it details the renovation requirements for individual rooms, emphasizing structural integrity, acoustic performance, safety standards, and environmental controls. The document is part of a broader federal effort to upgrade military facilities, ensuring they meet contemporary operational needs while adhering to strict safety and design criteria. This investment reflects the government's commitment to maintaining functional, secure, and efficient military environments.
    The document outlines the Request for Proposal (RFP) for the design-build project concerning the repair of Building DL002 at the USAR Center in Delaware, OH. It details the procurement and construction requirements, emphasizing a comprehensive approach to modernize the facility to meet Army Reserve standards. Key components of the project include the submission requirements for contractors, design specifications broken down into distinct technical divisions, and essential appendices that contain project drawings, environmental assessments, and safety requirements. It specifies the roles and qualifications required for designers and contractors, including adherence to sustainability practices like LEED certification. The document underscores the importance of rigorous design quality control, compliance with federal regulations, and communication with government stakeholders throughout the design and construction phases. Additionally, timelines for design submissions and project milestones are meticulously outlined to ensure timely project completion and compliance with quality standards. Overall, the RFP illustrates the federal government's commitment to engaging qualified entities to efficiently deliver a revamped facility that enhances operational capabilities while ensuring safety and sustainability within budget and time constraints.
    The government solicitation seeks proposals for the Design-Build (DB) renovation of the Maintenance and Repair Army Reserve Center (ARC) in Delaware, Ohio, covering approximately 13,225 square feet. The project entails comprehensive repairs to various systems, including HVAC, electrical distribution, fire protection, and interior finishes. It is a two-phase procurement process, focusing first on selecting qualified contractors based on their past performance and technical approach, with an estimated construction cost between $10M and $25M. The contractor must demonstrate the ability to begin work after award and provide necessary performance and payment bonds. Proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) and must comply with detailed submission requirements regarding past performance, bonding, and pre-award information. Selected contractors from Phase I will be invited to bid in Phase II, where they will provide detailed technical proposals. The project emphasizes sustainability and adherence to Department of Army standards, and it is designated as a small-business set-aside. The solicitation stresses the importance of timely and quality work completion, reinforced by a thorough evaluation process for submissions.
    Similar Opportunities
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Buyer not available
    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.
    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.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    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.
    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.
    Vehicle Maintenance Shop#71
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking industry input for the construction of Vehicle Maintenance Shop 71 at Fort Hood, Texas. This project involves a Design-Bid-Build approach to create a large vehicle maintenance facility, including tactical vehicle parking, storage, and integrated systems, with an estimated cost ranging from $25 million to $100 million and a duration of 900 days. The initiative is crucial for enhancing the operational capabilities of military vehicles and ensuring efficient maintenance services. Interested firms, both small and large, are encouraged to submit their company information, experience, and insights regarding Project Labor Agreements and labor market conditions by December 9, 2025, to primary contact Rodney Alexander at rodney.d.alexander@usace.army.mil or secondary contact Matthew Dickson at matthew.s.dickson@usace.army.mil.
    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.
    Lorain Harbor West Breakwater Repair Phase II
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the repair and rehabilitation of the Lorain Harbor West Breakwater in Lorain, Ohio. This project aims to restore the structural integrity of the breakwater, which is vital for harbor protection and safe navigation, having suffered significant deterioration due to age and environmental factors. The contract will be a Firm-Fixed-Price (FFP) type, with an estimated value between $10 million and $25 million, and is set aside exclusively for small businesses. Interested parties should note that the solicitation is expected to be issued around December 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Andrew Hewitt at andrew.b.hewitt@usace.army.mil or call 716-339-3307.
    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.