W912HN25B4001 - PN81905 Consolidated Rigging Facility Hunter Army Airfield, GA
ID: W912HN25B4001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST SAVANNAHSAVANNAH, GA, 31401-3604, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 3:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the construction of a Consolidated Rigging Facility at Hunter Army Airfield, Georgia, under solicitation number W912HN25B4001. This project involves the construction of a facility that includes a parachute drying tower, packing lanes, and various support systems, with a construction magnitude estimated between $25 million and $50 million. The procurement is set aside for small businesses, and the proposal due date has been extended to April 10, 2025, with a site visit scheduled for March 6, 2025. Interested contractors should contact Greg Graham at gregory.m.graham@usace.army.mil or Fabiola Ducelus at fabiola.ducelus@usace.army.mil for further details.

Files
Title
Posted
Apr 3, 2025, 1:04 PM UTC
The document provides detailed instructions for visitors to the Montgomery Gate Visitor Control Center (VCC) at Hunter Army Airfield, Georgia. It outlines the entry procedures, including the necessity of an official government-issued ID for background checks, alongside additional documentation required from vehicle drivers such as vehicle registration and proof of insurance. Visitors are instructed to park in designated visitor parking and proceed to the VCC for pass issuance. The document also includes directions for a site visit to the Parachute Rigging Facility, specifying a route approximately 4.5 miles from the VCC to the site visit parking area. The structured approach reinforces security and logistical procedures for visitors attending official functions, adhering to standard protocols for federal facility access in the context of potential RFPs and federal grants related to military projects. Overall, the document ensures proper visitor management and security compliance, highlighting the importance of regulatory adherence in government facilities.
Lifecycle
Title
Type
Similar Opportunities
W912HN25B4004 Project No.: 88726 CONSTRUCT CYBER - DOD INFORMATION NETWORK FACILITY MCA3
Buyer not available
The U.S. Army Corps of Engineers (USACE) Savannah District is soliciting bids for the construction of a Cyber and DOD Information Network Facility at Fort Eisenhower, Georgia, under Project No. 88726. This project aims to establish a state-of-the-art training facility that includes classrooms, instructional labs, administrative spaces, and secure information systems, adhering to the Army’s design standards and ensuring compliance with DoD security and accessibility requirements. The contract, which is a Firm-Fixed-Price (FFP) type, is estimated to be valued between $100 million and $250 million, with bids due by May 1, 2025, and a site visit scheduled for April 17, 2025. Interested contractors should contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to participate in the bidding process.
W912HN25BA007 (W912HN25B4002) Renovate Bldg. 59D Robins AFB, GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the renovation of Building 59D at Robins Air Force Base, Georgia, under solicitation number W912HN25BA007. The project involves extensive renovations, including the replacement of concrete flooring, repair of various mechanical systems, and upgrades to fire control systems, with a total construction magnitude estimated between $25 million and $100 million. This opportunity is crucial for enhancing the operational capabilities of the facility and ensuring compliance with safety standards. Interested contractors must submit their proposals by May 7, 2025, and are encouraged to attend a site visit on April 24, 2025; for further inquiries, contact Gregory Graham at gregory.m.graham@usace.army.mil or Alicia Scott at alicia.d.scott@usace.army.mil.
Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Marietta, Georgia. The project encompasses the construction of an ARC training building, a Vehicle Maintenance Shop (VMS), and an Unheated Storage Building (USB), along with supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated construction cost between $25 million and $100 million and a contract duration of approximately 900 calendar days from the Notice to Proceed. Interested contractors must submit proposals electronically, and a mandatory site visit is scheduled for March 13, 2025. For further inquiries, contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
Design and Construct a 94-bed barracks utilizing the Design-Build Done Right process Ft Eisenhower, GA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Savannah District, is conducting a sources sought notice for the design and construction of a 94-bed barracks at Fort Eisenhower, Georgia, utilizing the Design-Build Done Right process. This project aims to accommodate soldiers and includes comprehensive requirements such as demolition of existing structures, access control systems, and infrastructure for future enhancements, all while adhering to Army UEPH Standards. The estimated construction magnitude is between $25 million and $100 million, with a solicitation package anticipated for release in July 2025 and an award expected in fiscal year 2026. Interested parties must submit their responses to the market survey questionnaire by April 11, 2025, and can attend a virtual industry day on April 17, 2025, for further information.
Pre-Solicitation - W912HN25B4005 - PN.: XDQU132619, Perimeter Fence and Drainage Repair, Air National Guard, Savannah Airport, GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is preparing to issue a solicitation for the ANG Perimeter Fence and Drainage Repair project at Savannah Airport, Georgia. This project involves repairing erosion and voids in storm drainage banks, constructing drainage structures, and replacing perimeter chain-link fencing, all of which are critical for maintaining the operational integrity and security of the facility. The anticipated contract will be a Firm-Fixed-Price (FFP) type, with a construction magnitude estimated between $500,000 and $1,000,000, and is set aside exclusively for small businesses. Interested contractors should prepare for the solicitation release around April 21, 2025, and must ensure active registration in the System for Award Management (SAM) to be eligible for bidding. For further inquiries, contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil or call 912-652-5476.
Construct Automated Record Fire (ARF+) Range
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is soliciting bids for the construction of an Automated Record Fire (ARF+) Range at Fort Bragg, North Carolina. This project involves the development of a comprehensive training facility that includes a 16-lane ARF+, control areas, classrooms, and various supporting structures, aimed at enhancing the training capabilities for soldiers using advanced weaponry, including the Next Generation Squad Weapon (NGSW). The construction is critical for meeting military training and qualification requirements, with a project magnitude estimated between $10 million and $25 million. Interested contractors must submit their bids by April 21, 2025, and are encouraged to attend a pre-bid site visit on April 3, 2025. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or David Lione at david.j.lione@usace.army.mil.
SOF Consolidated Rigging Facility, Joint Base Lewis McChord (JBLM), Washington
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the construction of the SOF Consolidated Rigging Facility at Joint Base Lewis McChord (JBLM) in Washington. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, specifically for the construction of miscellaneous buildings. The facility is crucial for supporting Special Operations Forces, enhancing operational readiness and efficiency. Interested contractors should reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Shawna West at shawna.m.west2@usace.army.mil for further details, as this presolicitation notice indicates upcoming opportunities for qualified bidders.
W912HN25B4006 - PN 097211 Construct Child Development Center, Fort Bragg NC
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is preparing to solicit bids for the construction of a Child Development Center at Fort Bragg, North Carolina, under project number 097211. This project aims to create a facility for children aged six weeks to five years, featuring developmental learning modules, outdoor play areas, and various supporting facilities, all designed to meet Department of Defense standards for safety and sustainability. The anticipated contract, valued between $25 million and $50 million, is set aside exclusively for small businesses, with the solicitation expected to be released around April 15, 2025, and bids due by approximately May 15, 2025. Interested contractors should contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to participate.
Proj No.: 95170, Construct a 10MW Generation Plant, with Microgrid Controls
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is soliciting bids for the construction of a 10MW generation plant with microgrid controls at Fort Stewart, Georgia, under project number 95170. This project aims to enhance energy resilience and sustainability by integrating natural gas generators and existing solar assets into a modern microgrid system, with a total estimated construction cost between $25 million and $100 million. The procurement is a 100% small business set-aside under NAICS code 237130, and interested contractors must submit sealed bids in compliance with FAR Part 14 guidelines, ensuring they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contractors can contact Gerard Leo at gerard.f.leo@usace.army.mil or David Lione at david.j.lione@usace.army.mil, with the period of performance set for 1,080 calendar days following the notice to proceed.
Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Maintenance/Fuel Cell Hangar at March Air Reserve Base in California. This Design-Bid-Build project aims to enhance military infrastructure by providing essential maintenance facilities for the KC-46A aircraft, which includes various construction tasks such as site preparation, demolition, and installation of specialized systems. The estimated project cost ranges from $100 million to $250 million, with a focus on compliance with federal regulations, environmental standards, and safety protocols throughout the construction process. Interested contractors must submit their proposals electronically by April 17, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.