Skip to main content

An official website of the United States government

You have 2 new alerts

Renovate Willard Training Area and Repair TA-9 Building 510 at Fort Gordon, Georgia

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: Solicitation (Original)
  • Original Published Date: Jul 19, 2022 08:48 am EDT
  • Original Date Offers Due: Aug 18, 2022 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 02, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    , GA
    USA

Description

The U.S. Army Corps of Engineers (USACE) Savannah District is issuing an Invitation for Bid (IFB) W912HN22B4000 for Project Renovate Willard Training Area and Repair TA-9 Building 510 at Fort Gordon, Georgia. The Willard Training Area (WTA) is an outdoor training area within the existing Fort Gordon Army installation. It is utilized by the Cyber Center of Excellence for tactical training.

Type of Contract & NAICS: This Acquisition is being solicited using FAR Part 14, Seal Bid Procedures for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220—Commercial and Institutional Building Construction, with size standard of $39,500,000.

Type of Set-Aside: This acquisition is being offered as a competitive 8(a) Small Business Set-Aside under NAICS code identified above.

Construction Magnitude: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000.

Period of Performance: The period of performance including all options is 420 Calendar Days after the issuance of the notice to proceed.

Project scope: The work includes infrastructure development, the repair of existing training facilities, demolition of unneeded structures, and improved POV parking and drop off. Work also includes the establishment of Logistic Support Areas for soldier bivouacking on site, a Manhole Training Area, a Pole Orchard, and Tactical Operations Centers with new overhead shelters, antenna pads, and generator pads. The following describes categorization of scope components aligned to Fort Gordon's requirements.

  1. 400 Soldier FTX with 50 cadre (TRADOC 350-6 Field Training).
  2. 300 Soldier Bivouac with Wash Facilities & Latrines in 2x Logistical Support Areas.
  3. 7 Generic Tactical Operation Centers (TOC) hosting 20 Students, 2 instructors & 10 Radios per TOC.
  4. Gravel Parking with Overhead Cover for equipment at each TOC.
  5. Antennae Pad at each TOC.
  6. White Cell Operations and Aid Station.
  7. Bus Drop off, POV Parking Spaces and Separately Fenced FTX Area.
  8. Cyber Battle Lab Training & Demonstration Area (20 PAX) Outside the FTX area.
  9. Electronic Warfare Interim Range Operations & Training with Perimeter Road.
  10. Pole Orchard.
  11. Manhole Training Area.

Building 510 is an existing pre-engineered metal building of 2,880 square feet located along Range Road in the Ponderosa area of the Fort Gordon Army Installation. Renovation work supports the relocation of various tenants from Building OT-21. The project includes upgrades to the mechanical and electrical systems, a new ADA accessible latrine, interior and exterior repairs, and repurposing the existing classroom into a shop.

Additional Information: Specific information pertaining to this procurement is available in the Solicitation. The Solicitation documents are post with this notice. It is, and will continue to be, the responsibility of all potential Offerors to monitor the Management System (SAM) website, https://sam.gov, for any amendments, updates, responses to industry questions/comments, etc. The Government will not be maintaining a mailing list.

Project will be listed on PIEE NLT 22 July 2022

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. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.

Point of Contacts: For this acquisition, the point-of-contacts are the Contracting Officer Mr. Greg Graham, whose email address is gregory.m.graham@usace.army.mil and Contract Specialist Mr. Gerard Leo whose email address is gerard.f.leo@usace.army.mil.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 100 W OGLETHORPE AVE
  • SAVANNAH , GA 31401-3604
  • USA

Primary Point of Contact

Secondary Point of Contact

History