Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
Type: Special Notice
Overview

Buyer

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

    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Buyer not available
    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.
    B6413 BUILDING RENOVATION SECURE SPACE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of secure space at Barksdale Air Force Base in Louisiana. This project, identified as 'B6413 BUILDING RENOVATION SECURE SPACE', falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified as a repair or alteration of airfield structures. The contract is set aside for 8(a) sole source, indicating a focus on small businesses within the 8(a) program, and interested parties can find more details by logging into the PIEE portal and searching for solicitation number W9126G26RA026. For inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    FA461325Q0023 Replacement Office Furniture B327/328
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    Clocktower Building 3rd Floor Office Furniture
    Buyer not available
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure systems furniture for the 3rd Floor of the Clocktower Building from AllSteel Inc. on a sole source basis, citing the need for economy and efficiency as the new work is a logical follow-on to a previous Federal Supply Schedule order. This procurement falls under the NAICS code 337214, which pertains to Office Furniture (except Wood) Manufacturing, and is crucial for enhancing the office environment within the facility. Interested small business firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Eric J. Gaul, at eric.j.gaul@usace.army.mil by December 17, 2025, at 12:00 pm CST, as no competitive quotes will be solicited for this opportunity.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    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.
    P530 Aircraft Intermediate Maintenance Facility, Kadena Air Base
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Japan District, is conducting a Sources Sought Market Survey for the P530 Aircraft Intermediate Maintenance Facility project at Kadena Air Base, Okinawa, Japan. This Design-Bid-Build (DBB) construction project aims to build an intermediate maintenance facility to support the Aircraft Intermediate Maintenance Detachment (AIMD), with an estimated project magnitude between $25 million and $100 million. The facility is crucial for enhancing operational efficiency and safety in aircraft maintenance, adhering to various building codes and standards, including fire protection and anti-terrorism measures. Interested local firms must respond by 2:00 PM Japan Standard Time on January 15, 2026, and are required to be registered in the System for Award Management (SAM) and possess necessary construction licenses from the Government of Japan. For further inquiries, contact Erica Stiner at erica.j.stiner@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    Bldg 1023 cabinets & Rollup Doors
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    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.