HEMP Shelter
ID: FA481425TF059Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, has issued a Sources Sought notice for the provision of High-Altitude Electromagnetic Pulse (HEMP) shelters at MacDill Air Force Base in Tampa, Florida. The procurement involves the design and construction of two types of shelters: a 35’ x 15’ Mission Shelter and a 22’ x 15’ Power Shelter, which must comply with MIL-STD-188-125-1A specifications for HEMP shielding and include features such as security vestibules, advanced locking systems, HVAC provisions, and electrical setups. This initiative is part of a small business set-aside program aimed at assessing the capabilities of various firms to meet these requirements, with responses due by May 13, 2025. Interested parties should contact Jill Warye at jill.warye@us.af.mil or David Lovett at david.lovett@us.af.mil for further information, and must be registered in the System for Award Management (SAM) to participate.

    Files
    Title
    Posted
    MacDill Air Force Base has issued a Sources Sought notice (RFQ number FA481425TF059) to gather information and potential interest for a requirement involving the provision of High-Altitude Electromagnetic Pulse (HEMP) shelters, outlined under a small business set-aside program. The project encompasses the design and construction of a 35’ x 15’ Mission Shelter and a 22’ x 15’ Power Shelter, adhering to MIL-STD-188-125-1A specifications for HEMP shielding, with features such as security vestibules, advanced locking systems, HVAC provisions, and electrical setups. The government seeks submissions detailing company capabilities, business size and status, previous relevant experience, and potential teaming arrangements. Noteworthy exclusions from the project include certain systems like fire alarms and equipment supply responsibilities. Responses are expected by May 13, 2025, via specified email addresses, emphasizing the necessity for interested firms to be registered in the System for Award Management (SAM). The document serves as an information-gathering tool, aiming to assess the capacity of various businesses to fulfill the designated requirements, ensuring the government can make informed decisions related to procurement within federal guidelines.
    Lifecycle
    Title
    Type
    HEMP Shelter
    Currently viewing
    Sources Sought
    Similar Opportunities
    T-7A EGRESS, F-35 EAST CAMPUS HILL AFB, UT
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Sacramento District, is seeking qualified contractors for the construction of the T-7A Egress at Hill Air Force Base, Utah. This project involves the integration of proprietary systems, specifically the Ascent Compass by Alerton and InfoScan by Dorsett Technologies, which are essential for compliance with cybersecurity standards for facility-related control systems. The total estimated contract value is $476,099, with a firm-fixed price contract type and a performance period of 840 calendar days post-notice to proceed. Interested parties must submit their capabilities statements by November 14, 2025, to Contract Specialist Natalia Gomez at natalia.gomez@usace.army.mil.
    Dismantle and Package Canvas Mobile Shelter System for Disposal
    Buyer not available
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a qualified contractor to dismantle and package a 40’ x 60’ x 28’ canvas mobile shelter system for disposal. The contractor will be responsible for providing all necessary labor, equipment, tools, and materials to complete the dismantling and packaging process, ensuring compliance with federal, state, and OSHA requirements. This procurement is critical for maintaining operational efficiency at the shipyard, which supports various U.S. Navy vessels and activities in the Pacific. The contract, valued at up to $19 million, is set aside for small businesses, with quotes due by November 21, 2025, and a tentative performance period from December 15, 2025, to January 31, 2026. Interested parties should contact Reid Saito or Evangeline Calaustro for further information.
    MACDILL AFB - MACC 4.0 Industry Day information - 15AUG25
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is hosting an Industry Day for the Multiple Award Construction Contract (MACC) 4.0 at MacDill Air Force Base (AFB) in Tampa, Florida, scheduled for August 15, 2025. This procurement aims to establish a Firm Fixed Price IDIQ contract with an estimated ceiling of $500 million over 7-10 years, focusing on commercial and institutional building construction, with task order values ranging from $100,000 to $5 million. The MACC 4.0 is critical for supporting various military commands and partners, including USSOCOM and USCENTCOM, and emphasizes sustainability, energy efficiency, and compliance with cybersecurity standards under the Cybersecurity Maturity Model Certification (CMMC). Interested contractors are encouraged to register in SAM under NAICS code 236220 and prepare for a Draft RFP anticipated in Q1 2026, with contract awards expected in March 2027. For further inquiries, contact the 6th Contracting Squadron at 6CONS.PKC.MACC4@us.af.mil.
    Multiple Award Construction Contract (MACC) for Heating, Ventilation, and Air Conditioning (HVAC), Hurlburt Field, FL
    Buyer not available
    The Department of Defense, through the 1st Special Operations Contracting Squadron, is seeking industry interest for a Multiple Award Construction Contract (MACC) focused on Heating, Ventilation, and Air Conditioning (HVAC) services at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support various HVAC repair, alteration, and replacement projects, requiring contractors to provide all necessary personnel, equipment, and materials for a range of construction tasks. This initiative is crucial for maintaining operational efficiency and comfort within military facilities, with the government anticipating the award of up to five contracts under the small business set-aside program. Interested parties must respond by 12:00 pm CST on November 21, 2024, and can direct inquiries to Richard Beaty at richard.beaty.3@us.af.mil or Romeo B. Reyes at romeo.reyes.1@us.af.mil.
    T-7A Depot Maintenance Complex (DMC) Maintenance Hangar ? Hill AFB, UT (DB)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking qualified contractors for the construction of the T-7A Depot Maintenance Complex (DMC) Maintenance Hangar at Hill Air Force Base, Utah. This project includes a brand-name only component, specifically requiring the integration of Ascent Compass by Alerton and InfoScan by Dorsett Technologies, Inc. into the facility's Building Automation System (BAS) to ensure compliance with cybersecurity standards. The total estimated contract value is approximately $3,471,436, with a firm-fixed price contract type and a performance period of 1,050 calendar days post-notice to proceed. Interested parties must submit a capabilities statement by December 1, 2025, to Contract Specialist Natalia Gomez at natalia.gomez@usace.army.mil.
    Install Emergency Generator at Morell Operations Center
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the installation of an emergency generator at the Morell Operations Center located at Cape Canaveral Space Force Station, Florida. This project, identified as AM03, aims to enhance the operational capabilities of the facility by ensuring a reliable power supply during emergencies. The procurement falls under the NAICS code 237130, which pertains to Power and Communication Line and Related Structures Construction, and is classified under the PSC code Y1JZ for the construction of miscellaneous buildings. Interested contractors should reach out to Jessica Raulerson at jessica.raulerson@usace.army.mil for further details regarding the solicitation process and requirements.
    Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station (CCSFS) in Bourne, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking contractors for the construction of a Power Generation Microgrid at Cape Cod Space Force Station (CCSFS) in Bourne, Massachusetts. This project involves the installation of a microgrid system that integrates a battery energy storage system with existing infrastructure, ensuring compliance with the Department of the Air Force’s Energy Resiliency goals and enhancing the facility's protective measures against High Altitude Electromagnetic Pulse events. The project is critical for maintaining operational reliability at an active military installation and is estimated to cost between $100 million and $250 million, with a performance period of 1,460 days from the notice to proceed. Interested parties should note that the solicitation will be available online around December 2025, and inquiries can be directed to Tyler Maryak at tyler.s.maryak@usace.army.mil or by phone at 978-318-8049.
    Sources Sought - FY26 Base Marquee
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a Sources Sought announcement to identify potential sources for upgrading five Base Marquees from wired to wireless capabilities for Fiscal Year 2026. The procurement seeks modems that are compatible with existing Daktronics marquee systems and specific part numbers, capable of at least 4G/LTE mobile data access, and resilient to environmental conditions ranging from approximately 15°F to 100°F. Interested vendors are encouraged to submit their capabilities statements and responses to specific questions by November 21, 2025, with inquiries due by November 19, 2025. For further information, interested parties may contact SrA Dobhriste at cristina.dobhriste.1@spaceforce.mil or SSgt Kaylie Anderson at kaylie.anderson@spaceforce.mil.
    Big Top Shelters by Big Top Manufacturing LLC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Big Top Shelters Manufacturing LLC for the procurement of prefabricated metal building components. This contract is being pursued under FAR 6.302-1, indicating that the goods are available from only one source, which highlights the specialized nature of the products required. The prefabricated metal buildings are crucial for various military applications, providing essential shelter solutions in diverse environments. Interested parties can direct inquiries to Morgan L. McDaniel at morgan.l.mcdaniel6.civ@us.navy.mil for further details regarding this opportunity.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the specifications and drawings related to the construction of electronic and communications facilities, ensuring the mission control station operates independently in terms of power supply. The project is critical for enhancing the operational capabilities of the Space Force, reflecting the importance of reliable power infrastructure in military operations. Proposals are due by November 21, 2025, at 1400 Central Time, and interested parties can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil for further information.