Opportunity
SAM #W912QR26RA012
Army Reserve Center Renovation and New Construction in Perrine, FL
Buyer
USACE Louisville District
Posted
May 07, 2026
Respond By
May 28, 2026
Identifier
W912QR26RA012
NAICS
236220, 238910, 237990
The U.S. Army Corps of Engineers (USACE), Louisville District, is seeking contractors to modernize and expand the LTC Luis E. Martinez Army Reserve Center (ARC) in Perrine, FL. - Project scope includes: - Renovation of the existing 78,625 sq. ft. ARC training building - Construction of a new 19,363 sq. ft. Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) - Construction of a new 50,747 sq. ft. Organizational Storage Building - Site improvements: land clearing, demolition, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, mobile kitchen trailer pad, SATS Trailer canopy, fencing, general site improvements, and utility connections - Provision of 13,200 sq. ft. of temporary relocatable facilities at Homestead Air Reserve Base for swing space, including design, installation, utilities, maintenance, and removal - No specific OEMs, vendors, or part numbers are identified in the solicitation - Full and open competition for a single firm-fixed-price contract under NAICS 236220 - Work will be performed at federal and military facilities in Florida
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR26RA012 for the alteration and renovation of the existing 78,625 square foot LTC Luis E. Martinez ARC training building, construction of a new 19,363 square foot collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS), and new 50,747 square foot Organizational Storage Building located in Perrine, FL. Supporting facilities include land clearing, building demolition, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, mobile kitchen trailer pad, SATS Trailer canopy, fencing, general site improvements and utility connections. Swing space using temporary relocatable facilities, 13,200 square feet, at Homestead Air Reserve Base will also need to be provided prior to start of construction at the Perrine Army Reserve Center. Contractor will be responsible for the temporary facility design, installation including utilities, maintenance, and removal at the end of the construction contract period.
The Contract Duration is estimated at 1020 calendar days from Contract Award.
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. 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. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offeror’s proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical Factor(s) such as management plan, Subcontracting plan, and Price and Pro Forma information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price.
DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 28 May 2026. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates, times, and base access information will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to https://sam.gov. 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. 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.
This announcement serves as the Advance Notice for this project. Responses to this synopsis is not required.
PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/