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 8, 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 total construction magnitude estimated between $25 million and $50 million. The procurement is set aside exclusively for small businesses, and the proposal due date has been extended to April 10, 2025, at 11:00 AM EDT, with all bids to be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE). Interested contractors can contact Greg Graham at gregory.m.graham@usace.army.mil or Fabiola Ducelus at fabiola.ducelus@usace.army.mil for further information.

Files
Title
Posted
Apr 8, 2025, 4:05 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
SOF Consolidated Rigging Facility, Joint Base Lew is McChord (JBLM), Washington.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the construction of a new consolidated rigging facility at Joint Base Lewis-McChord (JBLM) in Washington. The project entails building a comprehensive facility that includes a parachute rigging area with a drying tower, packing lanes, a repair room, supply and storage rooms, maintenance areas, and a classroom, along with necessary site improvements such as utilities, lighting, and landscaping. This facility is crucial for supporting military operations and will incorporate sustainable construction features to meet LEED Silver standards, although formal certification will not be pursued. Interested contractors can reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or by phone at 206-764-3500 for further details.
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 Georgia. The project encompasses the construction of a 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 capabilities, 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 by May 6, 2025, and can obtain further details and amendments through the Contract Opportunities website, with Bonny Dylewski serving as the primary contact at bonny.c.dylewski@usace.army.mil.
W912HN25B4004 Project No.: 88726 CONSTRUCT CYBER - DOD INFORMATION NETWORK FACILITY MCA3
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the construction of a Cyber and DOD Information Network Facility at Fort Eisenhower, Georgia, under Invitation for Bid W912HN25B4004. This project aims to establish a state-of-the-art training facility for signal and cyberspace operations, featuring classrooms, instructional labs, administrative spaces, and various support facilities, all designed to meet the Army's General Instruction Buildings standards. The contract, which is a Firm-Fixed-Price type, has an estimated value between $100 million and $250 million, with bids due by May 1, 2025, at 11:00 AM EDT, and a performance period of 1,324 calendar days post-award. 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.
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 repairs and upgrades to approximately 142,202 square feet of facility space, including the replacement of critical systems such as the fire control system, HVAC controls, and structural elements like the concrete dock floor and trench drain system. This renovation is vital for maintaining operational capabilities and ensuring safety standards at the base. Interested contractors must submit their proposals by May 7, 2025, and are encouraged to attend a site visit on April 24, 2025, with further details available through the provided contacts, Gregory Graham and Alicia Scott, at the U.S. Army Corps of Engineers.
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, is soliciting bids for the construction of a 10MW generation plant with microgrid controls at Fort Stewart, Georgia. This project, designated as a total small business set-aside under NAICS code 237130, aims to enhance energy resilience and sustainability by integrating natural gas generators with existing solar assets into a modern microgrid system. The estimated construction cost ranges between $25 million and $100 million, with a contract period of performance set for 1,080 calendar days following the notice to proceed. Interested contractors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) by May 1, 2025, and are encouraged to contact Mr. Gerard Leo at gerard.f.leo@usace.army.mil or Mr. David Lione at david.j.lione@usace.army.mil for further information.
W912HN25B4006 - Project Number: 097211, Construct Child Development Center, Fort Bragg, North Carolina
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the construction of a Child Development Center at Fort Bragg, North Carolina, under solicitation number W912HN25B4006. 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 contract, which is a Total Small Business Set-Aside with an estimated value between $25 million and $50 million, is expected to be awarded as a Firm-Fixed-Price contract, with proposals due by May 15, 2025. Interested contractors should contact Greg Graham at gregory.m.graham@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to be eligible for the award.
Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
Buyer not available
The Department of Defense, specifically 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 project involves a Design-Bid-Build approach, focusing on the construction of a facility that will support maintenance operations for the KC-46A aircraft, including the integration of various systems and adherence to strict environmental and safety standards. The estimated project cost ranges from $100 million to $250 million, with a proposal submission deadline extended to April 17, 2025. Interested contractors should contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil for further details and ensure compliance with all specified requirements during the bidding process.
Army Reserve Center (ARC), Vehicle Maintenance Shop (VMS), and Unheated Storage Building (UHS) at Marine Corps Logistics Base in Albany, GA
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 an Army Reserve Center (ARC), Vehicle Maintenance Shop (VMS), and Unheated Storage Building (UHS) at the Marine Corps Logistics Base in Albany, Georgia. The project encompasses the design and construction of facilities totaling approximately 46,800 square feet, along with necessary site work, utilities, security measures, and landscaping, all adhering to sustainability standards. This initiative is crucial for enhancing military readiness and operational capabilities, with an estimated contract duration of 900 days and a projected cost between $25 million and $100 million. Interested small businesses, including those classified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their responses by April 30, 2025, and can contact Lindsay Lawrence at Lindsay.B.Lawrence@usace.army.mil for further information.
Conduit Placement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for the installation and testing of approximately 1,700 feet of conduit at Dobbins Air Reserve Base in Georgia. This project requires adherence to Unified Facilities Criteria and current Telecommunications Industry Association standards, with the contractor responsible for providing all necessary equipment, materials, and labor to complete the work. The contract, which is set aside for small businesses with a size standard of $45 million, is expected to have a firm-fixed-price structure and a performance period of 45 calendar days, with an estimated value between $25,000 and $100,000. Interested contractors should register in the System for Award Management (SAM) and are encouraged to contact Manson Smith at manson.smith.1@us.af.mil or 678-655-4958 for further details, with the solicitation anticipated to be available on or about April 28, 2025.
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 entails the development of a comprehensive training facility, including a 16-lane ARF Plus range, control areas, classrooms, and supporting infrastructure, aimed at enhancing the training capabilities for soldiers using advanced weaponry. The construction is critical for meeting the training and qualification requirements for the Next Generation Squad Weapon (NGSW), ensuring soldiers are proficient in engaging targets effectively. Interested contractors must submit their bids by April 21, 2025, with a site visit scheduled for April 3, 2025, and can contact Tatjana Fisher or Gregory Graham for further information.