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
    High Power Electromagnetics (HPEM) Modeling and Effects BAA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for High Power Electromagnetics (HPEM) Modeling and Effects. This five-year Closed One-Step BAA with CALLs aims to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for HPEM Modeling and Effects. The purpose of this procurement is to conduct research in the field of High Power Electromagnetics, which involves the study of the modeling and effects of high power electromagnetic waves. The procurement will be conducted through the issuance of CALLs at various times against this BAA. Multiple subsequent CALLs are expected to be announced sequentially or concurrently in SAM.gov. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period and also reserves the right to issue no CALLs for any given technology area.
    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.
    Buildout of SCIF
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualifications from small businesses to undertake the buildout of a Sensitive Compartmented Information Facility (SCIF) at the Mt. Weather Emergency Operations Center in Bluemont, Virginia. The project involves the completion of approximately 7,000 square feet of semi-completed office space, which includes the installation of a dry cooler, mechanical system upgrades, and various interior finishes and equipment installations. This initiative is crucial for enhancing operational capabilities and ensuring secure information handling within the facility. Interested vendors must submit their capability statements, demonstrating relevant experience and qualifications, by December 12, 2025, to Mr. Matthew Raible at matthew.raible@fema.dhs.gov, with an estimated project cost of $6 million to $8 million and a performance period of two years.
    SABER IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Installation of Electrical Base Feeds & Power Whips
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the installation of electrical base feeds and power whips at the Headquarters United States Military Entrance Processing Command (USMEPCOM) in North Chicago, Illinois. The project requires the contractor to install 32 new 120V electrical base feeds and 6 power whips, ensuring compliance with various electrical codes and standards, while providing all necessary labor, materials, and supervision. This procurement is a total small business set-aside, with an anticipated firm-fixed-price contract value of up to $19 million, and offers are due by December 8, 2025, at 11:00 AM EST. Interested contractors should contact Adam Buchert at adam.p.buchert.civ@army.mil for further details and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    PKA Relocatable Facility
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Sources Sought: Minot AFB Construction MACC
    Buyer not available
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.
    Lightning Protection Systems (LPS) Services & Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Lightning Protection Systems (LPS) services and repairs at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The contract, valued at $12,500,000, requires comprehensive testing, repairs, and maintenance for various LPS components, including Earth Covered Magazines and explosive buildings, with a base period starting January 21, 2026, and extending through four optional years. This procurement is critical for ensuring the safety and operational readiness of military facilities, emphasizing the importance of reliable lightning protection systems. Interested contractors must submit their quotes by 1:00 PM ET on December 12, 2025, and can direct inquiries to Bobie J. Burkett at bobie.j.burkett.civ@army.mil or by phone at 717-267-5283.
    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.