District Warehouse Exterior Renovation
ID: W9128F26BA017Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS (Z2GZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is preparing to solicit bids for the renovation of the District Warehouse located in Omaha, Nebraska. The project entails extensive renovations, including demolition of existing structures, civil site work, and installation of new electrical and mechanical systems, with a focus on restoring the facility to its original or improved condition. This opportunity is set aside for small businesses, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the solicitation is expected to be issued around January 23, 2026, with a closing date around February 28, 2026. Interested contractors should direct inquiries to Jacqueline Posey or Lee M McCormick via their provided email addresses and ensure they are registered in the System for Award Management (SAM) database.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Construction Management Services, U.S. Army Corps of Engineers, New Orleans District, Indefinite Delivery Indefinite Quantity (IDIQ)
    Dept Of Defense
    The U.S. Army Corps of Engineers, New Orleans District, is seeking proposals for Construction Management Services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically set aside for small businesses. The procurement aims to provide a comprehensive range of construction management and quality assurance activities, including flood fight inspection capabilities, to meet the fluctuating needs of the district in accordance with government plans and regulations. This contract, valued at up to $20 million over five years with a minimum guarantee of $10,000, is crucial for ensuring effective management of construction projects within the district. Interested parties must submit their bids by 1:00 PM local time on January 21, 2026, and are encouraged to direct any questions to the primary contact, Evan Woitha, at evan.g.woitha@usace.army.mil or by phone at 504-862-1214.
    NAO HQ Emergency Operations Center Repairs and Upgrades
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to solicit bids for the repair and upgrade of the NAO HQ Emergency Operations Center located in Norfolk, Virginia. The project aims to establish a fully functional Emergency Operations Center (EOC) that will support the District Commander in responding to various emergencies, requiring comprehensive interior renovations, installation of backup power systems, and procurement of necessary furniture and equipment. This procurement is a total small business set-aside, with an estimated construction value between $1 million and $5 million, and the solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website around January 2026. Interested contractors should monitor the PIEE website for updates and are encouraged to contact Amy Coody or Tiffany Kirtsey for further inquiries.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    B433 Utility Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B433 Utility Repair project at Offutt Air Force Base in Nebraska. The project entails replacing existing piping, valves, lift station pumps, controls, and associated components in the B433 lift station and adjacent equipment manhole, with a focus on modernizing the sewage lift station to enhance functionality and compliance with updated engineering standards. This contract is set aside for small businesses, with an estimated total award amount of $45 million, and proposals are due by January 15, 2026, with a site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to 2d Lt Liv Nemeck at liv.nemeck.1@us.af.mil or 1st Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    INDUSTRY DAY: SURVIVABLE AIRBORNE OPERATIONS CENTER (SAOC), Offutt AFB, NE (SAOC) CONSTRUCTION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is hosting an Industry Day for the Survivable Airborne Operations Center (SAOC) construction project at Offutt Air Force Base, Nebraska. This event aims to provide detailed information and gather industry feedback on the construction of a 280,200 square foot maintenance hangar designed to accommodate two Boeing 747-8i aircraft, along with associated taxiway and infrastructure improvements. The project is significant for enhancing operational capabilities and ensuring compliance with Department of Defense standards, with an estimated construction value exceeding $500 million. Interested prime contractors with bonding capacity of $400 million or greater must request one-on-one interviews by January 9, 2026, to discuss the project further, with the Industry Day scheduled for January 22, 2026, at the Ed Zorinsky Federal Building in Omaha, NE.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    Textile Warehouse Office Addition and Renovation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Textile Warehouse Office Addition and Renovation project at Fort Leavenworth, Kansas. This project involves the construction of a 1,280 square foot metal building office addition, a new recessed truck dock, and the renovation of mechanical, electrical, and fire protection systems, with an estimated contract value between $500,000 and $1,000,000. The selected contractor will be responsible for managing multiple task orders, ensuring compliance with safety and environmental regulations, and providing all necessary resources for successful project completion. Interested parties must register in SAM and submit inquiries via email to Mr. Felipe D. Zaragoza or Ms. Jennifer S. Walker, with the contract anticipated to be awarded in December 2025.
    Synopsis W9128F26RA006 SAOC 35%-RTA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking architect-engineer services for the design of the Survivable Airborne Operations Center (SAOC) 2-Bay Maintenance Hangar at Offutt Air Force Base in Nebraska. This project entails a firm-fixed-price contract that requires the selected firm to deliver 35% of the design ready-to-advertise, which includes site investigations, geotechnical work, space planning, and construction documents for a hangar designed to accommodate two Boeing 747-8i aircraft, with an estimated construction cost exceeding $500 million. The procurement emphasizes the importance of specialized experience in large military hangar design, professional qualifications of key personnel, and past performance, with submissions due by January 30, 2026. Interested parties can reach out to Margarette Wolfe at margarette.e.wolfe@usace.army.mil or Jessica Jackson at jessica.r.jackson@usace.army.mil for further information.
    PRESOLICITATION NOTICE FOR UPPER APPLETON WALL REPAIR, APPLETON, OUTAGAMIE COUNTY, WISCONSIN
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Upper Appleton Wall Repair project located in Appleton, Outagamie County, Wisconsin. The project involves the rehabilitation of a 150-year-old masonry stone wall, which includes removing existing materials, applying a waterproofing system, and replacing materials on both sides of the Upper Appleton hydropower plant, addressing increased seepage issues. This construction effort is critical for maintaining the structural integrity of the hydropower facility and is estimated to cost between $5 million and $10 million, with a completion timeline of 439 calendar days. Interested small business contractors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation, which is expected to be advertised in the second quarter of Fiscal Year 2026. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.