Skip to main content

An official website of the United States government

You have 2 new alerts

Veterinary Treatment Facility Replacement at Fort Belvoir, VA

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: Aug 19, 2022 01:21 pm EDT
  • Original Published Date: Apr 17, 2022 01:54 pm EDT
  • Updated Response Date: Aug 01, 2022 11:00 am EDT
  • Original Response Date: Jun 15, 2022 11:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 30, 2022
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1DZ - CONSTRUCTION OF OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Belvoir , VA 22060
    USA

Description

SOLICITATION NO.  W912DR22R0014

PROCUREMENT TYPE:  Pre-Solicitation Notice Update

TITLE:  Veterinary Treatment Facility Replacement, Fort Belvoir, VA

Classification Code: Y - Construction of Structures and Facilities

*Due to unforeseen circumstances, this project is currently on a strategic pause.  The Issuance of Phase I solicitation has been delayed.*

This proposed procurement is Full and Open Competition; NAICS 236220 "Commercial and Institutional Building Construction" with a size standard of $39,500,000.00.

Project Description:  The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the Veterinary Treatment Facility Replacement.  The proposed project will be a competitive, firm-fixed-price (FFP), design-build (DB) contract procured in accordance with FAR 15, Contracting by Negotiations, under a two-step Best Value Tradeoff Process.

The scope of work is to construct a replacement Veterinary Treatment Facility and Food Inspection Facility supporting Military Working Dogs (MWD) and Government Owned Animals (GOAs), and covered exercise area. Supporting facilities include utilities, site improvements, parking, signage, antiterrorism/force protection measures, and environmental protection measures. The existing veterinary facility will be demolished. The project will be designed in accordance with American Animal Hospital Association Guidelines, Unified Facilities Criteria (UFC) 4-510-01 Design: Military Medical Facilities, UFC 1-200-01 General Building Requirements, UFC 1- 200-02 High Performance and Sustainable Building Requirements, UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, UFC 4-010-06 Cybersecurity of Facility-Related Control Systems, barrier free design in accordance with Architectural Barriers Act (ABA) Accessibility Standard and DEPSECDEF Memorandum “Access for People with Disabilities” dated 10/31/2008, and MHS World Class principles per World Class Checklist Requirements. Operations and Maintenance Manuals, Comprehensive Interior Design, Design During Construction, and Enhanced Commissioning will be provided.

The magnitude of construction is between $25,000,000.00 and $100,000,000.00.  Construction duration is approximately 720 calendar days from Notice to Proceed. 

Additional information in accordance with the Scope of Work will be included in the Request for Proposal (RFP) package.

This will be a Two-Phase Design-Build contract utilizing the best value tradeoff process.  An award will be made to the Offeror whose proposal is determined to be the best value to the Government considering the evaluation factors.

Phase I will be released on: TBD.

Phase I of the solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of the SAM.gov system.  To familiarize vendors with the system, please go to https://www.SAM.gov.  The media through which the Government chooses to issue this solicitation will be the internet only.  This solicitation will not be issued in paper format.

Phase II of the solicitation will only be available to those offerors selected to advance to Phase II.

Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award.  Vendors must also be registered in Representations and Certifications Applications (included in SAM).  The North American Industry Classification System (NAICS) Code applicable (236220) to this acquisition must be in vendor’s SAM registration.  Note:  Update SAM profile to include all applicable NAICS Codes associated with your company.  Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.

Contact Information

Contracting Office Address

  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA

Primary Point of Contact

Secondary Point of Contact

History