Construct 241st Security Measures
ID: W50S9826BA002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N1 USPFO ACTIVITY TNANG 134MCGHEE TYSON ANG BASE, TN, 37777-6227, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.

    Point(s) of Contact
    Brian Morelock
    (865) 336-3341
    (865) 336-3335
    brian.morelock.1@us.af.mil
    Files
    Title
    Posted
    The Tennessee National Guard is seeking bids from small businesses for a firm fixed-price contract to upgrade and repair base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. This Invitation for Bids (IFB) is set aside 100% for small businesses under NAICS Code 236220, with a construction magnitude between $1,000,000 and $5,000,000. The project includes installing new iron picket perimeter security fencing, repairing existing chain link fences, demolishing old gate operators, and making conduit modifications for power and communications. The contract duration is 365 calendar days. Key dates include a tentative solicitation issue date of January 12, 2026, a pre-bid conference on January 21, 2026, and a bid opening around February 13, 2026. Interested contractors must be registered in the System for Award Management (SAM.gov) and are encouraged to attend the pre-bid conference. Subcontracting limitations apply, as outlined in FAR clause 52.219-14(e)(3).
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Blount Avenue Channel Modification, Cleveland, Tennessee
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Nashville District, is seeking bids for the Blount Avenue Channel Modification project in Cleveland, Tennessee. This project aims to enhance flood risk management by modifying approximately 1,300 linear feet of channel along South Mouse Creek, involving tasks such as excavation, grading, hydroseeding, and riprap placement. The anticipated contract value is estimated between $500,000 and $1 million, with a performance period of approximately 365 days from the notice to proceed. Interested small businesses must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, with the solicitation expected to be released around July 11, 2025. For further inquiries, contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Fence Repair BPA Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    Level II Armed Guard Service - State of Tennessee
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking immediate armed guard services in response to the catastrophic tornadoes that struck Tennessee on March 31st and April 1st, 2023. The procurement aims to secure at least eleven federal facilities, including Joint Field Offices and Disaster Recovery Centers, which require a minimum level of security as mandated by DHS guidelines. This urgent need arises from the Federal Protective Service's inability to provide the necessary guard services due to resource constraints, particularly in rural areas where security options are limited. Interested vendors can contact Nicole L. Joseph at nicole.joseph@fema.dhs.gov or by phone at 470-416-9313 for further details on this sole source contract opportunity.
    AFRL B422 SCIF Upgrade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the renovation of Building 422 at Kirtland Air Force Base, aimed at upgrading it to meet Sensitive Compartmented Information Facility standards. This project involves significant construction work, including the demolition and replacement of doors, installation of intrusion detection systems, access control, and communication fibers for classified networks, with an estimated cost between $1,000,000 and $5,000,000. The procurement is set aside exclusively for small businesses, and interested contractors must be registered in the System for Award Management (SAM) to participate. The solicitation is expected to be released around January 21, 2026, and potential offerors should monitor the Government Point of Entry at https://sam.gov for updates and further details. For inquiries, contact Jeffrey Tuscany at jeffrey.tuscany@us.af.mil or Alexander Ramsower at alexander.ramsower@us.af.mil.
    Stringout Construction (Rehabilitation) at Ensley Engineer Yard (EEY).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Stringout Construction (Rehabilitation) project at the Ensley Engineer Yard (EEY) in Memphis, Tennessee. The project entails comprehensive construction work, including the removal of existing structures, installation of new steel floats and utilities, and the construction of a new connector bridge and electrical substation, divided into a base project and six options. This procurement is significant for maintaining operational capabilities at the EEY and will be conducted as an unrestricted procurement with a HUBZone Price Evaluation Preference, with a contract value estimated between $25,000,000 and $100,000,000. Interested parties can contact Jessica Lurry at Jessica.M.Lurry@usace.army.mil or Monica Pitchford at Monica.A.Pitchford@usace.army.mil for further details.
    Repair and Installation of Fences and Gates
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) contract for the repair and installation of fences and gates at Fort Buchanan, Puerto Rico. The project aims to enhance security infrastructure by repairing existing fences and installing new fencing and gates, including various types and heights, with a total contract value estimated between $5,000,000 and $10,000,000. This opportunity is a 100% set-aside for 8(a) firms on a competitive basis, with a performance timeline commencing within 10 calendar days of award and completion expected within 1825 calendar days. Interested contractors should contact Eileen Rivera at eileen.z.riveradomenech.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil for further details and to ensure compliance with all solicitation requirements.
    Z1DA--621-23-104 - Relocate Police Dispatch
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the relocation of Police Dispatch at the James H. Quillen VA Medical Center in Mountain Home, Tennessee, under project number 621-23-104. The project entails the complete preparation of the site for building operations, including demolition and removal of existing structures, and the provision of labor and materials as specified in the drawings and specifications. This construction project, categorized under NAICS Code 236220 for Commercial and Institutional Building Construction, has an estimated value between $1,000,000 and $2,000,000 and is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties should note that the solicitation is expected to be released around December 12, 2025, and must direct any questions to Contract Specialist Brian Bentley at Brian.Bentley@va.gov or (615) 225-6896.
    CFLD Security Fence
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Wilmington District, is seeking a contractor for the removal and replacement of a chain link security fence at the Cape Fear Lock and Dam 2 in Elizabethtown, North Carolina. The project, which is a total small business set-aside, requires contractors to possess a Level 1 (Self) Cybersecurity Maturity Model Certification, a North Carolina General Contractors License, and to submit both a Price Quote and a Technical Proposal that meets the Statement of Work requirements. The estimated construction cost ranges between $25,000 and $100,000, with the contract awarded to the lowest-priced, technically acceptable offer. Interested vendors must submit their proposals electronically by January 16, 2026, and direct any questions to Benjamin Rickman or Jenifer Garland at the provided email addresses.
    C1DZ--621-24-701 EHRM Infrastructure Upgrades Tier 3 Data Center Construction - Mountain Home VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for a Firm-Fixed-Price contract for the construction of the EHRM Infrastructure Upgrades Tier 3 Data Center at the Mountain Home VA Medical Center in Mountain Home, Tennessee. The project involves relocating the main computer room (MCR) on Floor 3 of Building 77 to designated rooms and ensuring compliance with VA standards for a Tier 3 data center, which includes enhancements such as redundant power distribution, cooling systems, and a new clean-agent fire suppression system. This procurement is critical for modernizing the facility's IT infrastructure to better serve veterans, with the solicitation expected to be issued in late July 2025 and a performance period of approximately 200 calendar days. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should direct inquiries to Contract Specialist Amanda Webster at Amanda.Webster@va.gov or call 216-447-8301, with the construction magnitude estimated between $5,000,000 and $10,000,000.