Unaccompanied Enlisted Personnel Housing (UEPH) Facilities at Fort Hood
ID: W9126G19R0106Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST FT WORTHFORT WORTH, TX, 76102-6124, USA

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) facilities at Fort Hood. This project aims to provide essential housing solutions for enlisted personnel, ensuring adequate living conditions that support their operational readiness and well-being. The construction of these facilities is critical for maintaining a robust military infrastructure and enhancing the quality of life for service members. Interested contractors can reach out to Richard D. Feller, the Contract Specialist, at richard.feller@usace.army.mil or by phone at 817-886-1165, or John H. Rodgers, the Contracting Officer, at john.h.rodgers@usace.army.mil or 877-866-1048 for further details regarding the solicitation process.

    Point(s) of Contact
    Richard D. FellerContract Specialist
    (817) 886-1165
    richard.feller@usace.army.mil
    John H RodgersContracting Officer
    (877) 866-1048
    john.h.rodgers@usace.army.mil
    Files
    No associated files provided.
    Similar Opportunities
    Staging/Marshaling Area
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Staging/Marshaling Area at Fort Hood, Texas. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is designated as a Total Small Business Set-Aside under FAR 19.5. The construction of this facility is critical for supporting military operations and logistics, ensuring efficient staging and marshaling of equipment and personnel. Interested contractors should reach out to Jacqueline Cole at jacqueline.j.cole@usace.army.mil or call 314-526-1002 for further details, as the presolicitation notice indicates that additional project specifics are available in the attached documentation.
    FY26 HESSEN BAVARIA DB SATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the FY26 HESSEN BAVARIA DB SATOC, a firm fixed price, indefinite delivery/indefinite quantity contract focused on design-build construction projects in the States of Bavaria and Hessen, Germany. This contract encompasses a range of services including facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects. The selected contractor will play a crucial role in maintaining and enhancing military facilities, ensuring they meet operational needs. Interested parties should reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    403873 FLW AIT Barracks Complex II Phase 2
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    FY26 Improve Military Family Housing PAIP 9 Phase 3
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is preparing to solicit bids for the FY26 Improve Military Family Housing PAIP 9 Phase 3 project at Yokota Air Base, Japan. This project involves the modernization, renovation, and repair of thirty-four three-bedroom military family housing townhouse units, with an estimated construction cost between ¥2,500,000,000 and ¥10,000,000,000. The successful contractor will be required to complete the work within an 18-month performance period, and the solicitation is anticipated to be issued in December 2025 or January 2026. Interested bidders must be registered in the System for Award Management (SAM) and possess the necessary Japanese construction licenses, with bids due by the specified deadline. For further inquiries, contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil.
    Construct Shipping and Receiving Building, Fort Bliss, TX
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Shipping and Receiving Building at Fort Bliss, Texas. This procurement aims to establish a facility that will enhance logistics and operational efficiency at the military installation. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1JZ for the construction of miscellaneous buildings. Interested parties can reach out to Rodney Alexander at 817-886-1090 or via email at Rodney.d.alexander@usace.army.mil for further details regarding this opportunity.
    Patton Hall New Strategic Engagement Platform Joint Base Myer-Henderson Hall, Virginia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is hosting an Industry Day for the construction of the Patton Hall New Strategic Engagement Platform at Joint Base Myer-Henderson Hall, Virginia. This procurement aims to utilize a Design-Build to Budget (DB2B) approach, focusing on optimizing quality, scope, durability, and life-cycle costs while engaging industry representatives in discussions about the project and its acquisition strategy. The initiative includes the establishment of a Public Access Control Center and Visitor Center, enhancing security and visitor services at the site. Interested parties must register by completing the provided form by noon on October 30, 2025, and can contact Robert Ferebee at robert.l.ferebee@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    JBR050 Aircraft Maintenance Hangar
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Joint Base Elmendorf-Richardson, Alaska. This facility will provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control related to aviation maintenance for the Alaska Army National Guard (AKARNG). The successful contractor will play a crucial role in enhancing the operational capabilities of military aviation through this construction project. Interested parties can reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details regarding the solicitation process.
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This project, part of the Academic Building Upgrade Program, aims to modernize academic facilities and address a significant shortage of instructional space by demolishing a 1955 addition and preserving the original 1911 structure, ultimately creating a state-of-the-art facility with various academic and administrative spaces. The estimated construction cost exceeds $500 million, with a planned solicitation in Summer 2026 and demolition/reconstruction commencing in early 2027. Interested firms are encouraged to submit their capabilities packages by December 23, 2025, to Brian Mannion at brian.t.mannion@usace.army.mil.