Design-Build Maintenance and Repair Army Reserve (MRAR) of Equipment Concentration Site (ECS), B-56767, at North Cavazos, TX
ID: W912QR25RA013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project focused on the maintenance and repair of the Equipment Concentration Site (ECS), B-56767, located at North Fort Cavazos, Texas. The project entails significant renovations to an existing facility, including upgrades to HVAC and electrical systems, compliance enhancements, and the construction of additional space to improve functionality and accessibility. This initiative is crucial for maintaining operational readiness and ensuring that the facility meets Department of Defense standards, with a contract value estimated between $10 million and $25 million. Interested small businesses must submit their qualifications by the specified deadlines, and inquiries can be directed to Bonny Dylewski at bonny.c.dylewski@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines justifications for a sole-source procurement of Monaco fire alarm radio and alarm transceiver equipment for the Fort Cavazos Fire Division. It indicates that no actions will be taken to increase competition due to the finite nature of the requirement, as the current system is not feasible for complete replacement. Market research was bypassed because the proprietary nature of the equipment ensures compatibility with existing systems, and a technical review was deemed unnecessary. The estimated costs are validated as fair and reasonable based on existing contracts and catalog prices. Certifications from both the Project Engineer and Project Manager affirm the accuracy of the supporting data. The justification concludes with legal review support indicating it suffices for non-competitive procurement. The purpose of the document is to formally approve the acquisition of specialized fire safety equipment under specific legal procurement stipulations.
    The document outlines the preliminary plans for maintenance and renovation at the Army Reserve Center located in North Cavazos, Texas, under the jurisdiction of the U.S. Army Corps of Engineers, Louisville District. The project involves various construction phases, with emphasis on updating existing conditions, implementing necessary upgrades, and ensuring compliance with design and construction specifications. Key elements include detailed site plans, maps, general notes on existing conditions, and the responsibilities of the contractor regarding design confirmations and construction activities. It further mentions that the drawings are not intended for actual construction but to guide initial cost estimations and planning. The project aims to enhance the facility while addressing regulatory requirements, thus demonstrating the Army's commitment to maintaining operational readiness and supporting the infrastructure for army reserves.
    The document outlines the solicitation for a Design-Build project at the Maintenance and Repair Army Reserve (MRAR) Equipment Concentration Site (ECS) in North Fort Cavazos, Texas. The project involves substantial renovations and repairs to an existing facility, including HVAC, electrical systems, and compliance upgrades. It is estimated to cost between $10 million and $25 million and is designated entirely for small businesses. The solicitation employs a two-phase procurement strategy; initially, bidders must present their qualifications without pricing information. The top five responses from Phase I will be invited to enter a Phase II, where they will submit full proposals. Clear guidelines are provided for proposal submissions, specifying the format and required information. Key evaluation criteria focus on the bidder's past performance, technical approach, and capacity to manage the project effectively. Additionally, the document details compliance with security protocols and best practices in line with federal standards. The submission process requires electronic proposals via the Procurement Integrated Enterprise Environment (PIEE) platform, ensuring that all requirements are clear and accessible for interested contractors. This initiative demonstrates a commitment to improving military infrastructure while adhering to small business guidelines and government regulations.
    Similar Opportunities
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.
    Sources Sought TX Facilities
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for facilities support services under a total small business set-aside for the Region 3 Facility Investment Services, which includes preventative and corrective maintenance. The procurement aims to ensure the effective operation of miscellaneous buildings, highlighting the importance of maintaining military facilities to support operational readiness. Interested small businesses can reach out to Dorothy Doughty at dorothy.a.doughty.civ@army.mil or call (520) 706-0572 for further details regarding this opportunity.
    PATTON HALL COMMUNITY CLUB & CONFERENCE CENTER, JOINT BASE MYER-HENDERSON HALL, VA.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking capability statements from qualified firms for the construction of the Patton Hall Community Club and Conference Center at Joint Base Myer-Henderson Hall in Fort Myer, Virginia. The project involves a Design-Build Firm-Fixed-Price (FFP) contract for a new 70,600 square foot facility, including the demolition of an existing building, with a construction budget estimated between $50 million and $100 million. This procurement is critical for enhancing community and conference capabilities at the base, and interested parties must submit their responses by 11:00 AM EST on July 18, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email, referencing the Sources Sought Notice number W912DR25R17WQ.
    Construct Shipping and Receiving Building, Fort Bliss, TX
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Shipping and Receiving Building at Fort Bliss, Texas. This procurement aims to establish a facility that will enhance logistics and operational efficiency at the military installation. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1JZ for the construction of miscellaneous buildings. Interested parties can reach out to Rodney Alexander at 817-886-1090 or via email at Rodney.d.alexander@usace.army.mil for further details regarding this opportunity.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    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.
    Y810 Maintenance Building Construction
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking proposals for the construction of a Y810 Maintenance Building in Aiken, South Carolina. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to fulfill essential infrastructure needs for military operations. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with no other transmission methods accepted. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration, and they can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further information.
    Notification to the public of consolidation of contract requirements
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million, exclusively set aside for small businesses. This contract will facilitate the issuance of task orders for various construction projects within the Savannah District's area of responsibility, primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work. Interested contractors must submit their proposals by December 18, 2025, at 1100 hours EST via the PIEE Solicitation Module, and should direct inquiries to Gregory Graham at gregory.m.graham@usace.army.mil or by phone at 912-652-5476.