Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2026 SAM #8840
SOLICITATION NOTICE

P -- DEMOLISH VACANT BEQ BUILDINGS

Notice Date
2/6/2026 9:20:04 AM
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
ACQR6129375
 
Response Due
2/20/2026 10:00:00 AM
 
Archive Date
03/07/2026
 
Point of Contact
Lindsay Gould, Phone: 8476885395210, Belinda Trout, Phone: 8476885395214
 
E-Mail Address
lindsay.s.gould.civ@us.navy.mil, belinda.d.trout.civ@us.navy.mil
(lindsay.s.gould.civ@us.navy.mil, belinda.d.trout.civ@us.navy.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Firm Fixed Price (FFP) standalone contract to provide construction and demolition services to demolish two (2) vacant barrack buildings at Great Lakes Naval Station, Great Lakes, IL. A sources sought notice was posted on 7 January 2026 under Notice ID ACQR6129375 to determine availability and capability of businesses to perform the requirement. Based on market research results, the procurement will be solicited as a Service-Disabled Veteran Owned Small Business set?aside. The Contractor shall furnish all labor, tools, transportation, supervision, materials, inspections, equipment, and safety compliance necessary to perform all work required to completely demolish and remove Building 532, a vacant 3-story student barrack building with a partial basement, and Building 132H, a vacant 4-story student barrack onboard Naval Station Great Lakes in Great Lakes, IL. The work identified is to be provided by means of a Firm-Fixed Price (FFP) contract. The estimate for this contract is between $5,000,000 and $10,000,000 and period of performance is 520 calendar days. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Price Technically Acceptable (LPTA) method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest Price). The Navy will then evaluate the non-price factors of the lowest priced proposal. The Navy will award to the Lowest Priced Technically Acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the non-price factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a firm-fixed price construction contract made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will provide the best value to the Government. The North American Classification System (NAICS) for this procurement is 238910; the size standard is $19 Million. Offerors will be required to submit with their offer a bid bond of at least 20% of the proposed price, not exceeding $3 Million. The proposed procurement listed herein is a competitive Service-Disabled Veteran Owned Small Business set-aside procurement. The RFP will be made available in electronic format and will be posted on the SAM.gov website on or about 20 February 2026. The SAM site address is https://sam.gov. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the SAM website. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to have an active registration in the SAM database at the time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance, and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov. This is a new procurement. It does not replace an existing contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7112e5e43bcf4cc0adbe9c7960fb1678/view)
 
Place of Performance
Address: Great Lakes, IL 60088, USA
Zip Code: 60088
Country: USA
 
Record
SN07707407-F 20260208/260206230040 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.