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
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
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.
Mar 26, 2025, 7:22 PM UTC
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.
Mar 26, 2025, 7:22 PM UTC
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
Building 110 Repairs – D-B Phase 1 at Watervliet Arsenal (WVA), New York
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the Design-Build Phase 1 repairs of Building 110 at Watervliet Arsenal (WVA), New York. The project involves extensive renovations, including the replacement of exterior doors, sealing air infiltration points, cleaning and restoring interior surfaces, and upgrading HVAC and electrical systems, with a focus on meeting historic preservation standards and improving energy efficiency. This opportunity is crucial for maintaining the operational integrity of the facility, with an anticipated construction magnitude between $25 million and $100 million. Interested businesses, particularly small businesses including 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Businesses, must submit their qualifications and examples of relevant experience by 4 PM EST on May 7, 2025, to the primary contact, Mohenda R. Surage, at mohenda.r.surage@usace.army.mil.
Job Order Contract (JOC) at Fort Bliss, Texas
Buyer not available
The Department of Defense, through the Department of the Army, is seeking small businesses to participate in a Job Order Contract (JOC) for construction services at Fort Bliss, Texas. This procurement aims to establish a Firm-Fixed-Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract, with an estimated value of $100 million over a five-year period, to support the management and operation of facilities and infrastructure essential for Army readiness. The contract will encompass a variety of construction and repair tasks, including renovations of administrative buildings and child development centers, with a strong emphasis on safety, quality control, and environmental compliance. Interested small businesses are encouraged to submit their capabilities and experience to the primary contact, Michael B. Aguilar, via email at michael.b.aguilar.civ@army.mil, by the specified deadline for responses.
FORT MCCOY REPAIR BUILDING 100
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command at Fort McCoy, Wisconsin, is conducting market research for the renovation of Building 100. This project requires qualified contractors to provide all necessary labor, materials, facilities, and equipment, with an estimated project magnitude between $1,000,000 and $5,000,000. The government aims to set aside this procurement for small businesses, contingent upon receiving sufficient responses from qualified firms, including those in various socioeconomic categories. Interested parties must submit their responses by 09:00 AM Central Time on April 30, 2025, to Todd Dempsey at todd.a.dempsey.civ@army.mil, including specific information about their capabilities and business status.
Electronic Security Systems (ESS) Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide maintenance and repair services for Electronic Security Systems (ESS) at Fort Cavazos, Texas, under solicitation number W91151-25-Q-A018. The contract will be a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, focusing on the upkeep of the Integrated Commercial Intrusion Detection System (ICIDS), ensuring operational readiness and compliance with security protocols. This initiative underscores the critical importance of maintaining effective security measures at military installations, with a performance period extending from June 18, 2025, to June 17, 2030. Interested vendors must be DAQ ICIDS Certified VARs and are encouraged to contact Winston O. Franks at winston.o.franks.civ@army.mil for further details and submission guidelines.
B521 Renovation - Goodfellow AFB
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the renovation of Building 521, a Sensitive Compartmentalized Information Facility (SCIF) at Goodfellow Air Force Base in Texas. The project entails a comprehensive renovation that includes the demolition and replacement of structural, architectural, electrical, mechanical, telecommunications, and fire alarm systems, utilizing bridging documents to assist the design-build team. This significant renovation project, with an estimated value exceeding $10 million, is crucial for maintaining secure and functional facilities for defense operations. Interested contractors, particularly small businesses, are encouraged to reach out to Wayne Johnson at wayne.johnson.15@us.af.mil or John M. Hebdon at john.hebdon.1@us.af.mil for further details, as the solicitation is expected to be released soon.
SOURCES SOUGHT NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) at Joint Base Myer-Henderson Hall in Virginia. The project involves constructing standard design barracks to accommodate 200 soldiers, including essential facilities such as cybersecurity measures, fire protection systems, and energy monitoring controls, while also ensuring compliance with Department of Defense standards for antiterrorism and sustainability. This opportunity is significant for contractors experienced in large-scale construction projects, particularly in urban settings, with an estimated contract value between $100 million and $250 million. Interested parties must submit their qualifications by 11:00 AM EST on May 7, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email.
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.
Replace HVAC in Building 53 at Ft Leavenworth, KS
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking proposals for a Design-Bid-Build contract to replace the HVAC system in historic Building 53 at Fort Leavenworth, Kansas. This project includes necessary renovations to the HVAC system as well as repairs to associated electrical and architectural structures, adhering to the Secretary of the Interior’s Standards for the Treatment of Historic Properties. The estimated contract value ranges from $1 million to $5 million, with proposals due approximately 30 days after the solicitation is released, which is anticipated around July 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals, with Kevin Ellis serving as the primary contact for any inquiries.
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.
FY26 Ft. Campbell UEPH Barracks - Fort Campbell, KY
Buyer not available
The Department of Defense, through the Department of the Army, is conducting a market survey for the construction of a barracks at Fort Campbell, Kentucky, designed to accommodate 312 unaccompanied enlisted personnel. The project involves constructing a standard design barracks with various facilities, including living quarters, baths, and service areas, while also incorporating essential systems for fire protection, energy monitoring, and antiterrorism measures. This opportunity is significant for small businesses, particularly those certified as HUBZone, 8(a), Woman-Owned, or Service-Disabled Veteran Owned, as the government aims to determine interest for potential set-asides. Interested firms must respond by May 5, 2025, with a detailed submission that includes company verification, project experience, and bonding documentation, and can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil for further information. The estimated contract value ranges from $100 million to $250 million, with a duration of approximately 730 calendar days.