Notice of Intent to Sole Source: Additional Design of a Dedicated Outside Air System to the Current Full Design for the Addition/Alteration of Bldg. 2245 at March Air Reserve Base, CA
ID: W912QR-25-NOI-81Type: Special Notice
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Louisville District, intends to award a sole source modification to Burns & McDonnell Engineering Company, Inc. for the additional design of a Dedicated Outside Air System (DOAS) as part of the renovation of Building 2245 at March Air Reserve Base, CA. This modification involves expanding the existing design scope to include the integration of a DOAS, which will require rerouting and adding ductwork and reconstructing the exterior screening wall, while working in conjunction with the ongoing full design efforts for the facility. The modification is deemed necessary due to the additional costs and scope that exceed the original task order, and interested parties are invited to demonstrate their capability to provide similar services by submitting their information to the primary contact, Bonny Dylewski, by June 27, 2025, at 10:00 a.m. Eastern Time.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Sollars ES HVAC Upgrades, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is conducting market research for the "Sollars ES HVAC Upgrades" project at Misawa Air Base, Japan. This Design-Bid-Build (DBB) requirement aims to upgrade the existing heating system and add full cooling capabilities across five buildings, including extensive mechanical and electrical work, structural modifications, and site improvements. The project is significant for enhancing operational efficiency and comfort within the facilities, with an estimated contract value between ¥2,500,000,000 and ¥10,000,000,000. Interested local firms must respond by December 18, 2025, and are encouraged to contact Ryan Marzetta or Jennifer Knutson for further details.
    B6413 BUILDING RENOVATION SECURE SPACE
    Dept Of Defense
    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.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    RENOVATE CORROSION CONTROL HANGAR BLG 6626
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the renovation of the Corrosion Control Hangar Building 6626 located at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to repair or alter airfield structures as indicated by the PSC code Z2BZ. The opportunity is set aside for 8(a) sole source contractors, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W9126G26RA042. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018.
    J&A notice of intent to modify Medical Repair and Renewal MATOC to increase capacity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to modify the Medical Repair and Renewal Multiple Award Task Order Contract (MATOC) to increase its capacity. This modification is part of a Justification and Approval (J&A) process, which is essential for maintaining and renewing various buildings under the jurisdiction of the Army. The services procured through this contract are critical for ensuring the operational readiness and maintenance of military facilities. Interested parties can reach out to Samantha Adato at samantha.adato@usace.army.mil for further details regarding this opportunity.
    Dorm 742 Renovation
    Dept Of Defense
    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.
    Sole Source Synopsis J&A related to Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, intends to award a sole-source contract modification to Roadhouse-Tepa JV for additional services related to the construction of the Joint Cryptological Center at Buckley Space Force Base, Colorado. The modification will involve revising a portion of the inside plant cabling, which is critical for completing the final construction and ensuring the facility meets the training requirements of the user. This procurement is deemed necessary as only one source can fulfill the requirement without incurring substantial duplication of costs that would not be recovered through competition. Interested parties may submit a capability statement by December 31, 2025, at 2 PM CT, and should direct their inquiries to Amanda Eaton and Margarette Wolfe via email.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.