SOLICITATION NOTICE
Y -- ANG Special Tactics Complex-Portland, Oregon
- Notice Date
- 10/7/2025 1:14:52 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW26RA011
- Archive Date
- 10/24/2025
- Point of Contact
- Alysha MacDonald, Phone: 2067643500, Susan Newby, Phone: 2067646754
- E-Mail Address
-
alysha.a.macdonald2@usace.army.mil, susan.f.newby@usace.army.mil
(alysha.a.macdonald2@usace.army.mil, susan.f.newby@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- FOR INFORMATION ONLY: This Pre-solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Pre-solicitation Notice should be submitted in writing via email to the Contract Specialist as noted below. The United States Army Corps of Engineers (USACE) Seattle District anticipates issuing the solicitation and award of a Firm-Fixed Price contract resulting from Request for Proposal (RFP) W912DW26RA011. This Request for Proposal (RFP) is available to all business firms with active SAM registration under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction. In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 236.204, construction magnitude is estimated to be in the range of $25,000,000 to $100,000,000. 100 percent payment and performance bonds will be required. Project Description: This design bid build, firm fixed price project is located at Portland Air National Guard Base, OR. This project is to construct a multi-building Special Tactics Complex for the 125 Special Tactics Squadron (STS). The project will consolidate the STS functions from several older, inadequate facilities into a centrally located complex to support Unit Command, Squadron Operations, Communications, Dive Locker, Human Performance Program, Aircrew Flight Equipment, Combat Arms Training and Maintenance, Simulators, Logistics, Mission Alert Storage, Individual Equipment Storage, Vehicle Maintenance, and Vehicle Storage. Facility requires specialized spaces to support assigned simulators and climbing tower. Industrial functions such as warehouse, vehicle maintenance facility, hazardous material storage and vehicle storage shelter shall be incorporated into a common complex and vehicle yard. This project constructs four buildings with the primary building being approximately 56,000 square foot two-story building to include the Human Performance function and the Individual Equipment/Mission Alert Equipment Storage function and associated support rooms, storage rooms, restrooms/showers/locker areas, utility rooms, etc. The Vehicle Maintenance Shop (~2,800 SF), Vehicle Storage Shed (~14,000 SF), and Hazardous Storage Building (~275 SF) are separate buildings. The scope includes associated sitework, utilities, landscaping, and pavements as indicated on the Construction Documents. The complex shall not exceed 73,475 SF. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. Special Construction Requirements: Facility shall be constructed in accordance with Oregon Department of Environmental Quality storm water requirements. Offerors: Please be advised of the online registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. On or about late October to Mid November 2025, the solicitation documents for this project will be available via the website https://sam.gov/ and https://piee.eb.mil under Contract Opportunities W912DW26RA011. Your firm must be registered with https://sam.gov/ to download the solicitation documents. NO CD�S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through https://sam.gov/. Offerors are responsible for checking https://sam.gov/ frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror�s inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to https://sam.gov/ and add the solicitation to your �Watchlist.� If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me to Interested Vendors� button in the listing for this solicitation. Your firm�s proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. To view the Solicitation when posted, Vendors must have an active registration in SAM.gov. For PIEE registration, training, and instructions for posting an offer, refer to the following links: PIEE Registration_ https://piee.eb.mil/ Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. Please be advised that when using the PIEE Solicitation Module, the user�s email address in PIEE must match the email address on file in SAM.gov. PIEE Solicitation Module_ Training and instructions are accessible through PIEE � Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select �Solicitation Module� -- �Proposals (Offers)� � �Posting Offer�) For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox � eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module POINT-OF-CONTACT: The point-of-contact(s) for administrative or contractual questions is Alysha MacDonald email: Alysha.A.MacDonald@usace.army.mil and Susan Newby at email: susan.f.newby@usace.army.mil. All questions must be submitted in writing to the above point-of-contact(s). No phone calls. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6dbdb99a7b32470d9eefea1220282a12/view)
- Place of Performance
- Address: Portland, OR 97218, USA
- Zip Code: 97218
- Country: USA
- Zip Code: 97218
- Record
- SN07613503-F 20251009/251008010125 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |