USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
ID: W9123825R0007Type: Solicitation
AwardedSep 15, 2025
$239M$238,986,982
AwardeeHHI CORPORATION 736 W HARRISVILLE RD Ogden UT 84404 USA
Award #:W9123825DA020
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process emphasizes compliance with safety and environmental standards, and proposals are due by April 11, 2025, with an anticipated award date around June 2, 2025. Interested contractors should contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further details.

    Files
    Title
    Posted
    The document outlines the ECI Amendment 002 related to the F-35 T-7A East Campus Infrastructure project managed by the USACE Sacramento District and MBI-HZ JV. It details multiple revisions to construction drawings and specifications, primarily shifting responsibilities from the Prime Contractor to American Water for accessing the golf course pond and plumbing modifications. Key revisions include adjustments to various drawings indicating the ownership of infrastructure by the North Davis Sewer District (NDSD), modifications in the water tank design, and updates in demolition and insulation specifications to ensure compliance and coordination with city services. Additionally, new appendices include agreements related to City Light & Power service connections and inspection reports for hazardous materials. The primary purpose of the amendment is to clarify roles and adapt project particulars to align with updated requirements reflecting safety and regulatory compliance within the context of federal and state-funded projects.
    The document outlines the RTA (Ready to Advertise) Amendment 002 specifications and drawings for the F-35 and T-7A East Campus Infrastructure project at Hill Air Force Base, Utah, as managed by the U.S. Army Corps of Engineers. It details the installation of a temporary construction access road, security fencing, and various utility work required for the project's completion. Specific plans include the removal and disposal of existing infrastructure, site grading, and the establishment of contractor access routes. The plans stipulate coordination with American Water for the construction of a water tank access road and necessitate adherence to local regulations concerning construction activities. The document emphasizes the importance of environmental protection, safety, and project logistics. Key personnel identified include project managers and engineers who will oversee implementation and ensure compliance with the outlined requirements. The project’s criticality lies in enhancing the operational capabilities of the air force while ensuring secure and efficient infrastructure development at the base.
    This document pertains to obtaining a specific file titled "Amendment 002_PN502671_ECI_RTA Specifications_2025 03 24" via the Procurement Integrated Enterprise Environment (PIEE), with instructions available on the System for Award Management (SAM). It emphasizes the importance of this document for those involved in federal government contracts. Should individuals encounter difficulties accessing the file, they are directed to contact three individuals at the US Army Corps of Engineers (USACE), identified by their email addresses. The topic underscores procedural guidance in acquiring necessary documentation related to RFPs or grants, ensuring stakeholders are informed on how to proceed effectively. The communication reflects established protocols for navigating federal contracting resources and points to support channels for troubleshooting access issues.
    This document outlines the solicitation provisions for a competitive procurement utilizing the Lowest Price Technically Acceptable (LPTA) method to select the most advantageous proposal. Offerors must submit comprehensive proposals that include a cover sheet, signed Standard Form 1442, evaluation factors, bonding letters, and representations/certifications. Proposals will be graded in three volumes: price factor, past performance, and technical approach, including small business participation. Key evaluation criteria require past performance on projects over $25 million, demonstrating ability in utility infrastructure and airfield pavements, with an emphasis on quality and timely delivery. Technical proposals must illustrate a clear understanding of project specifications, a coherent management approach, and a detailed schedule including critical path activities. Small business participation is mandated, aiming for set goals across various categories. The evaluation will culminate in the award of one firm-fixed-price contract to the lowest-priced, technically acceptable offer, emphasizing adherence to solicitation requirements and goals. This process exemplifies governmental efforts to ensure best value in federal contracting while promoting inclusion of small businesses.
    The F-35 East Campus Infrastructure (ECI) project at Hill Air Force Base, Utah, is initiating a procurement process through a pre-proposal conference scheduled for March 5, 2025. The aim is to provide potential contractors with a comprehensive understanding of the project requirements, timelines, and submission protocols for a Request for Proposal (RFP) released on February 21, 2025. This construction project entails significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated value between $100 million and $250 million. Proposals are due by March 21, 2025, with an award anticipated around June 2, 2025, and a construction period of 799 days. Key details include a firm-fixed-price contract structure, required registrations in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and specific evaluation criteria focusing on price, past performance, and technical capabilities. The document also emphasizes compliance with safety protocols during site visits. This initiative reflects the U.S. government's commitment to enhancing military infrastructure through collaboration with qualified contractors, ensuring detailed oversight and adherence to regulatory standards throughout the construction process.
    The file outlines a government solicitation for the F-35 T-7A East Campus Infrastructure project at Hill Air Force Base, Utah. It details the requirements for contractors to submit sealed bids for construction and utility infrastructure support, with a project magnitude estimated between $100 million and $250 million. The bid process includes mandates for performance and payment bonds, and all submissions must comply with specified standards, including firm-fixed-price arrangements over a period of 799 days. The solicitation encourages participation from small businesses and aims to ensure a responsible contractor selection process based on past performance and financial stability. Additional documents and requirements, including a pre-award survey and past performance questionnaires, are specified to facilitate evaluation. The project stipulates a significant commitment to safety and environmental standards, emphasizing the importance of compliance throughout the construction phases. The contract will culminate in a single award that allows for task orders as needed, reinforcing the government’s push for effective infrastructure development aligned with military operational needs.
    This document serves as an amendment to a federal solicitation and outlines important changes regarding the contract for infrastructure projects at Hill Air Force Base. Key updates include the extension of the solicitation closing date to April 11, 2025, and a closure of the inquiry system (ProjNet) on March 18, 2025. Additional modifications consist of the revised instructions to proposers, the removal of specific clauses related to equal employment opportunity, and updates to attachment details concerning project information and past performance questionnaires. The contract is categorized as a Single Award Task Order Contract (SATOC) with an estimated total not exceeding $82 million, emphasizing compliance with bonding requirements and submission protocols. The document reiterates eligibility criteria, submission specifications, and the necessity for contractors to demonstrate financial stability and responsible practices. Furthermore, it delineates the need for equitable participation of minorities and women in construction efforts, aligning with federal contracting standards. Overall, this amendment facilitates clarity and compliance for prospective contractors engaging with the U.S. Army Corps of Engineers.
    The document is an amendment to a federal solicitation related to a contract with the U.S. Army Corps of Engineers, specifically for the W9123825R0007 project. The amendment provides important updates on the solicitation process, including an extension of the offer submission deadline. It outlines the methods for offerors to acknowledge receipt of the amendment and stipulates that failure to do so prior to the deadline may lead to the rejection of their offers. Additionally, it includes sections for potential modifications to existing contracts, detailing various types of contract changes and the necessary administrative procedures. The summary of changes section lists specific attachments and documentation that have been updated or added, including specifications, drawings, and questionnaires essential for bidders. Key attachments include a Past Performance Questionnaire, a Project Information Form, and multiple specifications related to design and analysis. The document emphasizes that aside from the amendments, all previously stated terms and conditions remain effective. The structured format ensures clarity for the contracting parties, promoting compliance and transparency throughout the procurement process.
    The U.S. Army Corps of Engineers (USACE) is planning to release a pre-solicitation notice for a Design-Bid-Build (DBB) contract to construct utility infrastructure systems at Hill Air Force Base (AFB). The anticipated solicitation, numbered W9123825R0007, is scheduled for issuance around February 19, 2025, with a firm-fixed-price contract to be awarded by April 30, 2025. The project budget ranges between $100 million and $250 million, with an overall capacity not to exceed $115 million. It encompasses various construction tasks, including taxiways, roadways, pump stations, and utility system upgrades, requiring coordination with both public and privatized utility services. Interested contractors must register with the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals. A pre-proposal conference is planned for March 5, 2025, at Hill AFB, necessitating advance registration. This solicitation aligns with federal regulations and emphasizes the need for compliance with the E-Verify program and related utility contracts. Contractors are advised to monitor PIEE and SAM for updates on the solicitation process.
    Similar Opportunities
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    F35 3-Bay Hangar at Ebbing ANGB, Fort Smith, AR.
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of a 25,000 square foot, 3-bay aircraft maintenance hangar at Ebbing Air National Guard Base in Fort Smith, Arkansas. This project aims to support the beddown of the F-35 aircraft, highlighting its strategic importance to military operations. The procurement will follow a best value trade-off method as outlined in FAR Part 15, with an estimated construction cost between $25 million and $100 million. Interested contractors can reach out to Melissa Hyslop at melissa.d.hyslop@usace.army.mil or Brian Welch at brian.j.welch@usace.army.mil for further details.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    F35 SPECIAL ACCESS PROGRAM FACILITY (SAPF)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the F-35 Special Access Program Facility (SAPF) at Ebbing Air National Guard Base in Fort Smith, Arkansas. This project entails the construction of a squad operations mission planning facility that will provide controlled workspace compliant with ICD 705 standards, including secure flight planning and training areas, unclassified aircrew training and administrative space, as well as storage and maintenance for aircrew flight equipment. The facility is crucial for supporting combat crew functions and enhancing operational readiness. Interested contractors can reach out to Markeith Berry at markeith.j.berry@usace.army.mil or by phone at 817-886-1031, or Nicholas Johnston at nicholas.i.johnston@usace.army.mil or 817-886-1006 for further details regarding the solicitation.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.