Skip to main content

An official website of the United States government

You have 2 new alerts

W912HN-23-B-3001 Construct Multipurpose Training Range (MPTR) at Fort Liberty

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Jun 14, 2023 03:19 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2023
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Fort Liberty , NC 28307
    USA

Description

This Pre-solicitation notice is for PN 96182 Construct a Multipurpose Training Range (MPTR) at Fort Liberty, NC (formerly Fort Bragg).  This acquisition will be a full and open Invitation for Bid (IFB) and will result in a Firm Fixed Price Contract Award.

Description/Scope:

Fort Liberty has a requirement for the construction of a MPTR. Primary facilities include the MPTR, downrange site preparation, range operations control area, range control tower (non-instrumented), small after-action review building, large operations/storage building, latrine, bleacher enclosure, covered mess, ammunition loading dock, bivouac area, unit staging area, and building information systems. Supporting facilities include electric service; paving; storm drainage; site improvements; and information systems. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 9 Tons).

One or more of the items under this acquisition is subject to Trade Agreements and Buy American statute in FAR Part 25.

Period of Performance:  540 days calendar days

TYPE OF CONTRACT AND NAICS: This acquisition will be a full and open IFB. This RFP will be for one (1) and will result in a Firm Fixed Price Contract Award. The North American Industrial Classification System Code (NAICS) for this effort is 236220 Commercial and Institutional Building Construction.

CONSTRUCTION MAGNITUDE:  In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000.

SELECTION PROCESS:  The contract will be solicited and procured via FAR Part 14, Sealed Bidding Procedures.

Notes: 

1. The solicitation will be issued in electronic format only and is anticipated to be posted on or about 26-28 June 2023.  Please note that the bid opening date will be specified in the Solicitation when issued. No additional media (CDROM, floppy disk, faxes, etc.) will be provided. Any prospective Bidder must register in the System for Award Management (SAM) at www.sam.gov which is now all inclusive for also registering in order to obtain solicitation documents, plans and specifications for this solicitation. Contractors with an existing account should be able to use their existing logins to search for the solicitation number once it is released here at www.sam.gov.  It is the Bidder's responsibility to check the internet address provided as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available.  Other methods of requesting a package will not be honored.

2. Bidders submitting as a joint venture must provide the agreement forming the joint venture. If the Bidder 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. 

SOLICITATION WEBSITE:  Project will be listed on PIEE on or about 26-28 June 2023. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Bidders must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.

3. Site Visit: An organized site visit is anticipated on or about 12 July 2023.  Site visit details will be published as soon as a date and time are finalized.

This announcement serves as the Advance Notice for this project. Responses to this Pre-solicitation synopsis are not required.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History