Federal Bid

Last Updated on 06 Sep 2019 at 8 AM
Sources Sought
Location Unknown

Relocatable Buildings (RLB)

Solicitation ID W912ER20R0003
Posted Date 30 Jul 2019 at 8 PM
Archive Date 06 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usace Middle East District
Agency Department Of Defense
Location United states
The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) is seeking preliminary information for market research purposes from capable and reliable sources who may be interested in submitting a proposal for the procurement of Relocatable Buildings (RLBs) to support U.S. Army Central Command (USARCENT) requirements. This summary provides the preliminary requirements for RLBs.

USARCENT has a need for an alternative Relocatable Building as an interim solution to traditional soft-shelled tents. RLB's must provide energy efficient systems with a minimum R-value of R-15 or greater. RLB's shall be manufactured or distributed by the contractor and delivered to the Central Command (CENTCOM) Area of Responsibility (AoR).

RLB's will have various intended uses. RLB usage includes, but is not limited to: Morale Welfare and Recreation (MWR), Religious Services, Theater, Latrine, Shower, Laundry, Housing, Gym, Clinic, Dining Facility (DFAC)/Kitchen, and administrative support. Sufficient detail will be provided at time of solicitation to ensure proper structural, electrical and drainage design meets the requirement for intended usage.

Overall these facilities must meet or exceed the latest editions of the Department of Defense (DoD) United Facilities Criteria publication UFC 1-201-01, British Standard 7671, and applicable IBC references from the UFC (http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc). RLB's must be designed for non-complex erection by Soldiers, able to be disassembled and shipped, be well insulated, and be equipped with low power consumption components (e.g. energy efficient Environmental Control Units (ECUs), Light Emitting Diode (LED) lighting, and other energy efficient technologies).

RLBs shall be constructed by using an envelope design, and must be capable of assembly in a single or two story structure by adding or removing envelopes as needed in a scalable manner. RLBs will be rapidly deployable, air transportable, simple to ship, easily sustainable, low maintenance, utilize redundant parts, and require minimal spare parts. They shall be designed and composed of materials that mitigate issues with termites, rot, mildew, mold, and warping. No stucco or gypsum board will be utilized in any of the RLBs. Magnesium oxide panels may be used internally in structural panels but must not be exposed.

If a solicitation is released at a later date, TAM is contemplating a competitive contract to provide RLBs in support of USARCENT operations worldwide. The Contractor shall provide management, labor, materials, spare parts, equipment, and supervision to accomplish design, construction, and delivery of RLBs to the operational area. The Period of Performance is anticipated to be a one year base contract with four one year option periods.

Interested parties should provide a Capabilities Statement which demonstrates the ability to provide RLB's to meet the Government's preliminary requirements. Commercially available RLB's or Commercially Available products that require only minor reconfiguration are the preferred solution.

Interested parties should provide information with regard to their particular company to include company name, organizational chart, address, point-of-contact, email address, phone number, Dun and Bradstreet number (DUNS) or Commercial and Government Entity (CAGE) code, and fax number.

A. Site location: The contractor shall provide fully complete RLB's for shipment to the USARCENT operational area.

B. The magnitude of procurement for this acquisition is estimated not to exceed $250,000,000.00.

C. Response should be submitted using the following Process:

Please submit your responses by 22 August 2019 no later than 2:00pm U.S. Eastern Daylight Time to the individuals identified below. Questions regarding the requirement are to be directed to the individuals below. Questions must be submitted by email prior to the closing date of this announcement.

David M. Proffitt
Telephone: 540-665-4032
Email: [email protected]

Holly K. Watson
Telephone: 540-665-2952
Email: [email protected]

Since this is a Request for Information (RFI) only, your response shall not constitute an offer. If the determination is made to limit competition, then only those companies who respond with a complete Capabilities Statement shall be considered for inclusion in the limited competition.

Please be advised that in order to be eligible for contract award with USACE, your company must be actively registered in the System for Award Management (SAM). It is recommended that you take the necessary steps now to ensure that your company is registered in this system.

Bid Protests Not Available

Similar Past Bids

Davison Michigan 06 Jun 2019 at 9 PM
Apo Ae 08 Mar 2014 at 7 AM
Hampton Virginia 04 Dec 2009 at 8 PM

Similar Opportunities

Picatinny arsenal New jersey 15 Jul 2025 at 9 AM
Santa fe New mexico 07 Jul 2025 at 5 PM
Santa fe New mexico 07 Jul 2025 at 5 PM
Usaf academy Colorado 01 Dec 2025 at 7 AM
Annville Pennsylvania 11 Jul 2025 at 5 PM