Hydrant Area C Refueling Facilities
ID: W912DW-26-R-4000Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

CONSTRUCTION OF FUEL SUPPLY FACILITIES (Y1NA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming construction of Hydrant Area C Refueling Facilities at Fairchild Air Force Base in Spokane, Washington. This project involves the construction of a new hydrant loop, including hydrant pits, fuel piping, and a pumphouse, along with necessary environmental mitigation measures for contaminated soil and groundwater. The anticipated period of performance is approximately 1035 calendar days, with a construction award targeted for fiscal year 2027, and the estimated cost of construction ranges between $25 million and $100 million. Interested parties are encouraged to provide comments regarding the use of a PLA and can contact Linda O'Brien at linda.s.obrien@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further information.

    Files
    Title
    Posted
    The US Army Corps of Engineers, Seattle District, issued a Sources Sought Notice (W912DW26R4000) for the "Hydrant Area C Refueling Facilities" project at Fairchild Air Force Base, WA. This is not a request for proposals but a market research effort to identify qualified businesses, particularly small businesses across various classifications, for a planned FY26 firm fixed-price, design-bid-build construction project. The project, estimated between $25,000,000 and $100,000,000, falls under NAICS code 237120 ($45,000,000 size standard) and involves constructing a Type III jet fuel hydrant system for the Washington ANG. Key components include two 10,000-bbl jet fuel tanks, a 2,400 GPM pumphouse, truck offloads, fillstands, transfer and hydrant lines, eight hydrant pits, and a refueler parking area. Interested firms must submit a 3-4 page capabilities package by December 19, 2025, detailing their firm's information, business classification, past project examples, and subcontracting intentions. All firms must be registered in SAM.
    Similar Opportunities
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This large-scale construction project, with an estimated cost between $100 million and $250 million, aims to establish a consolidated facility that includes various operational spaces and infrastructure necessary for security forces operations. The use of PLAs is intended to promote efficiency and stability in labor relations for such significant federal projects, as mandated by Executive Order 14063. Interested parties are required to submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages and include relevant contact information.
    PLA – Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Buyer not available
    The U.S. Army Corps of Engineers, Honolulu District, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLAs) for the large-scale construction project titled "Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580" in Oahu, Hawaii. This design-bid-build project involves drilling four wells approximately 800 feet deep and 24 inches in diameter, with the goal of managing peak water demand at Schofield Barracks during the summer months. The project is significant, exceeding $35 million, and is subject to new regulations mandating the use of PLAs for federal construction projects of this scale starting January 22, 2024. Interested parties are invited to submit their comments and responses to specific questions regarding the use of PLAs by January 5, 2026, at 2:00 p.m. Hawaii Standard Time, via email to Christie Lee and Jennifer Ko, with the notice identification number W9128A-26-Z-0003 included in the subject line.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC), Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. This large-scale construction project is estimated to have a magnitude between $100 million and $250 million and will involve the design-bid-build delivery method, requiring contractors to provide a complete facility that meets specific Department of Defense standards. The project includes the construction of two buildings, extensive utility work, and compliance with cybersecurity requirements, emphasizing the importance of labor-management stability and efficiency in federal procurement. Interested parties must submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages.
    PLA Market Survey - Fort Hunter Liggett, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is conducting a Project Labor Agreement (PLA) Market Survey for a significant construction project at Fort Hunter Liggett, California. The project involves modernizing the potable water transmission and storage infrastructure, which includes installing a new 5.25-mile transmission line, constructing two new storage tanks, building an access road, and upgrading existing well facilities, with an estimated cost exceeding $35 million. The survey aims to gather insights from the construction community regarding the potential use of PLAs to enhance efficiency and labor stability for this large-scale project. Interested parties are encouraged to submit their comments and feedback via email to Adam M. Brooks by 2:00 PM Eastern Standard Time on December 16, 2025.
    Sources Sought for Project Labor Agreements (PLAs): 9 Mile Pump Station
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the potential use of Project Labor Agreements (PLAs) for the 9 Mile Pump Station project in St. Clair Shores, Michigan. The objective is to gather comments from the construction community regarding the feasibility of PLAs and to assess the local labor market's recent construction history, as the project involves constructing a high-capacity stormwater pump station with an estimated cost between $25 million and $50 million. PLAs are significant for large-scale federal construction projects, as they establish employment terms and conditions, promoting efficiency in procurement. Interested parties should direct their comments and inquiries to Michelle Barr or Lisa May via email, with the anticipated solicitation expected in summer 2026 and a project duration of over 18 months.
    PLA Market Survey - Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is conducting a market survey regarding the potential use of Project Labor Agreements (PLAs) for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project, estimated to cost $35 million or more, involves extensive repairs to a 31,658 square foot facility, including upgrades to HVAC systems, electrical distribution, fire safety systems, and structural enhancements to extend the facility's lifespan by 25 years. The Corps is particularly interested in feedback from the construction community on the use of PLAs, including insights on local labor availability, scheduling concerns, and potential cost impacts associated with PLA requirements. Interested parties should submit their comments via email to Adam Brooks at adam.m.brooks@usace.army.mil by 2:00 PM Eastern Standard Time on December 16, 2025.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    Sources Sought PLA Fire Island Inlet to Montauk Point (FIMP) 7a
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a market survey for the Fire Island Inlet to Montauk Point (FIMP) Contract 7a, which focuses on nonstructural elevation measures in Suffolk County, New York. This project aims to elevate, acquire, and floodproof over 4,000 structures within the 10-year floodplain in the Towns of Babylon and Brookhaven, involving tasks such as utility disconnection, excavation, and reconnection. The government is particularly interested in gathering public comments on the use of Project Labor Agreements (PLAs) to assess their potential impact on various factors including economy, efficiency, and small-business utilization, as part of its acquisition strategy. Interested parties can reach out to Michael McCue at michael.l.mccue@usace.army.mil for further information regarding this opportunity.
    Fort Hunter Liggett (FHL) - Modernize Potable Water Transmission and Storage Infrastructure
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking small business contractors for a project to modernize the potable water transmission and storage infrastructure at Fort Hunter Liggett, California. The project involves the design and construction of a new 5.25-mile transmission line, installation of two new storage tanks, construction of an access road, and upgrades to existing water source facilities, with an estimated contract duration of 540 days and a budget range of $25 million to $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond to the sources sought notice by December 5, 2025, at 3:00 PM EST, providing necessary documentation and experience details through the designated survey link. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    Y--RFI - PLA Feasibility for COTP Design-Build
    Buyer not available
    The Department of Energy is seeking information regarding the feasibility of a Project Labor Agreement (PLA) for the California Oregon Transmission Project (COTP) Series Capacitor Replacement Design-Build Project. This Request for Information (RFI) aims to gather insights on the potential implementation of a PLA, which is crucial for ensuring efficient labor management and project execution in large-scale construction projects. The project falls under the NAICS code 237130, focusing on the construction of power and communication line structures, highlighting its significance in enhancing energy infrastructure. Interested parties can reach out to Jonathan Dittmer at dittmer@wapa.gov or call 605-353-2641 for further details.