Opportunity
SAM #W912QR26BA007
Construction of 20,289 SF AMSA Maintenance Facility in New Castle, PA
Buyer
USACE Louisville District
Posted
April 13, 2026
Respond By
May 28, 2026
Identifier
W912QR26BA007
NAICS
236220, 238190, 238210, 238220, 237990, 236210
This opportunity involves the construction of a new Area Maintenance Support Activity (AMSA) facility for the U.S. Army in New Castle, Pennsylvania. - Government Buyer: - U.S. Army Corps of Engineers, Louisville District (ENDIST LOUISVILLE) - Scope of Work: - Construction of a 20,289 square foot permanent AMSA/VMS maintenance facility - Includes reinforced concrete foundations, floor slabs, masonry walls, low-slope or sloped roof - Installation of HVAC, plumbing, mechanical, security, and electrical systems - Supporting facilities: land clearing, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, site improvements, and utility connections - Requirements: - Must comply with DoD Unified Facilities Criteria (UFC) 1-200-01 and UFC 1-200-02 for general building and high-performance sustainable requirements - Must meet DoD antiterrorism/force protection requirements per UFC 4-010-01 - Contract Details: - Firm-Fixed-Price contract under NAICS 236220 (Commercial and Institutional Building Construction) - Estimated duration: 802 calendar days - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Place of Performance: - 4148 Edinburg Road, New Castle, PA (facility location) - KO Contracting Division, Louisville, KY (contracting office)
Description
Request for Proposal (RFP) Solicitation Number W912QR26BA007, is issued for the construction a 20,289 SF Area Maintenance Support Activity (AMSA) located at 4148 Edinburg Road, New Castle, PA. Building(s) will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Facility 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. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The project duration is estimated at 802 calendar days from Contract Notice to Proceed (NTP). TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. This award is Subject to the Availability of Funds (SAF). TYPE OF SET-ASIDE: This acquisition will be a Full and Open procurement. A small business sub-contracting plan will be required prior to award. SELECTION PROCESS: This is a Design/Bid/Build procurement, Invitation For Bid (IFB), sealed bid. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Governments best interest. SOLICITATION WEBSITES: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at federal Contract Opportunities website, https://sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module website, https://piee.eb.mil/. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the System for Award Management at https://sam.gov. Amendments, if/when issued, will be posted to the above referenced websites for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the websites periodically for any amendments to the solicitation. The solicitation documents can be downloaded by following the "PIEE Solicitation Module Link for W912QR26BA007" Link in the Links / Attachments Section below. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database:System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Alex Hamilton, Alex.J.Hamilton@usace.army.mil. PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/ Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ and then clicking on: "View FFP Contract Changes Playbook Here." Additional Links:Department of Defense Procurement ToolboxPIEE Solicitation Module Link for W912QR26BA007Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module