Design New Lacquer Preparation Facility for RDX and HMX Production at Holston Army Ammunition Plant (HSAAP)
ID: W911S226RA003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT DRUMFORT DRUM, NY, 13602-5220, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: AMMUNITION FACILITIES (C1EA)
Timeline
    Description

    The Department of Defense, through the Mission and Installation Contracting Command at Fort Drum, is seeking architect-engineer firms to provide design services for a new Lacquer Preparation Facility and Chemical Storage Tank Farm at the Holston Army Ammunition Plant in Kingsport, Tennessee. The objective of this procurement is to develop a 30% design package that will support the production of plastic bonded explosives (PBX), thereby expanding the Department of Defense's manufacturing capacity for energetic materials. This project is significant as it involves modernization and safety compliance in the production of RDX, HMX, and IMX, with a construction magnitude estimated between $100 million and $250 million. Interested firms must submit their qualifications, including a completed GSA Standard Form (SF) 330, by December 19, 2025, and can direct inquiries to Lyndsie Hall at lyndsie.j.hall.civ@army.mil or Milan Sanchez at alfredo.m.sanchez.civ@army.mil.

    Files
    Title
    Posted
    The Department of the Army, specifically the U.S. Army Mission and Installation Contracting Command-Fort Drum (MICC-Fort Drum), is seeking firm past performance assessments for Synopsis W911S226RA003. This request is part of a competitive source selection process to evaluate firms based on their past performance on government or commercial contracts under NAICS 541330. Recipients are requested to complete an enclosed questionnaire assessing the firm's performance, providing candid and factual responses crucial for awarding federal contracts. The questionnaire covers compliance, project management, timeliness, cost control, and customer satisfaction. Completed questionnaires must be returned within 30 days of receipt or by December 19, 2025, to Milan Sanchez and Lyndsie Hall.
    The Mission and Installation Contracting Command (MICC) – Fort Drum, NY, is seeking Architect-Engineer (A-E) Design Services for a new Lacquer Preparation Facility and Chemical Storage Tank Farm at Holston Army Ammunition Plant (HSAAP), Kingsport, TN. This project, conducted under the Brooks A-E Act, aims to expand the Department of Defense’s energetic materials manufacturing capacity. The selected firm will develop a 30% design package, leveraging existing infrastructure, and ensuring the facility supports large-scale production of RDX, HMX, and IMX. The contract is firm-fixed price, with an estimated award in March 2026 and design completion by January 2027. Construction magnitude is projected between $100M and $250M, with required small business participation. Selection criteria prioritize specialized experience in legacy system modernization, advanced manufacturing, chemical process engineering in energetic materials, and safety compliance. Professional qualifications of key personnel, past performance, capacity to accomplish work, and knowledge of the locality are also crucial. Secondary tie-breaker criteria include geographic proximity, volume of DoD contract awards, and small business participation. Submissions, including a GSA Standard Form (SF) 330, are due by December 19, 2025, and must adhere to strict formatting and page limits.
    Similar Opportunities
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Facilities Acquisitions for Restoration and Modernization (FARM) III project, which involves commercial and institutional building construction in Coopertown, Tennessee. The procurement aims to finalize an updated Draft Statement of Work (SOW) and address industry questions to clarify project requirements, including contractor responsibilities for Integrated Scheduling, design compatibility with AutoCAD 2018 or later, and professional engineering services. This initiative is crucial for enhancing the operational capabilities of military facilities, ensuring compliance with energy and environmental standards, and facilitating efficient project execution. Interested contractors can reach out to Robert Mosley at robert.mosley.3@us.af.mil or Andrew Waggoner at andrew.waggoner.3@us.af.mil for further details and to review the attached documents for additional insights.
    Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV (Korean Firms Only)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking responses from qualified Korean architect-engineer firms for Architectural & Engineering Services in support of Real Property Planning, Programming, and Management Support IV. The procurement aims to identify firms capable of providing a range of services, including facility assessment, master planning, economic analysis, and real property support for various U.S. military installations in the Republic of Korea, while explicitly excluding full design and construction services beyond 35% completion. Interested firms must be registered in the System for Award Management (SAM) and are required to submit their qualifications and responses to a Capabilities Questionnaire via email by 12:00 P.M. Central Time on December 19, 2025. For further inquiries, firms may contact Jasmine Kennedy at jasmine.m.kennedy@usace.army.mil or Lashonda Smith at lashonda.c.smith@usace.army.mil.
    Lone Star Army Ammunition Plant (LSAAP) High Explosives Burning Ground (HEBG) Remediation
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - Tulsa District, is seeking qualified contractors for a Performance Based Remediation (PBR) contract to provide Environmental Remediation Services (ERS) at the High Explosives Burning Ground (HEBG) located at the Lone Star Army Ammunition Plant in Bowie County, TX. The project involves the remediation of approximately 16 acres of land contaminated with burnt ash, metallic debris, and munitions and explosives of concern, requiring soil excavation, removal of hazardous materials, and restoration of the site. This initiative is crucial for ensuring environmental safety and compliance, with an anticipated contract value exceeding $50 million and a performance period of four years. Interested parties, particularly small businesses and those qualifying under Section 8(a), HUBZone, SDVOSB, and WOSB, are encouraged to contact Thomas Howard at thomas.howard@usace.army.mil or call 918-669-4389 for further details.
    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.
    A-E Master Planning Services IDC
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) - Tulsa District is seeking qualified architect-engineer firms to provide Master Planning Services through a competitive Firm-Fixed-Price Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within military and civil boundaries across Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and acquisition instructions. These services are crucial for effective regional planning and environmental management, ensuring that the USACE can meet its operational needs. Interested firms, particularly those classified as Small Business, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to express their interest and capabilities by contacting Thomas Howard at thomas.howard@usace.army.mil or by phone at 918-669-4389.
    Vehicle Maintenance Shop#71
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking industry input for the construction of Vehicle Maintenance Shop 71 at Fort Hood, Texas. This project involves a Design-Bid-Build approach to create a large vehicle maintenance facility, including tactical vehicle parking, storage, and integrated systems, with an estimated cost ranging from $25 million to $100 million and a duration of 900 days. The initiative is crucial for enhancing the operational capabilities of military vehicles and ensuring efficient maintenance services. Interested firms, both small and large, are encouraged to submit their company information, experience, and insights regarding Project Labor Agreements and labor market conditions by December 9, 2025, to primary contact Rodney Alexander at rodney.d.alexander@usace.army.mil or secondary contact Matthew Dickson at matthew.s.dickson@usace.army.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY MULTIPLE AWARD CONTRACT FOR MULTIDISCIPLINE ARCHITECT-ENGINEER SERVICES IN SUPPORT OF CONSTRUCTION PROJECTS LOCATED PRIMARILY IN THE NORFOLK DISTRICT AREA OF RESPONSIBILITY (AOR), BUT ALSO NORTH ATLANTIC DIVISION AOR
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract to support construction projects primarily within the Norfolk District and North Atlantic Division Areas of Responsibility. The contract will encompass a wide range of multi-discipline architect-engineering services, including planning, design, engineering studies, construction management, and various facility-related projects, with a total shared capacity of approximately $240 million over a five-year base period. Interested firms must be registered in the System for Award Management (SAM) and meet the Small Business Size Standard of $22.5 million under NAICS Code 541330, and they are required to submit a capabilities statement by December 11, 2025, detailing their experience and qualifications, including three example projects and the professional qualifications of key personnel. For further inquiries, firms can contact Dariya Walker at dariya.m.walker@usace.army.mil or Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil.
    Stringout Construction (Rehabilitation) at Ensley Engineer Yard (EEY).
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Stringout Construction (Rehabilitation) project at the Ensley Engineer Yard (EEY) in Memphis, Tennessee. The project entails comprehensive construction work, including the removal of existing structures, installation of new steel floats and utilities, and the construction of a new connector bridge and electrical substation, divided into a base project and six options. This procurement is significant for maintaining operational capabilities at the EEY and will be conducted as an unrestricted procurement with a HUBZone Price Evaluation Preference, with a contract value estimated between $25,000,000 and $100,000,000. Interested parties can contact Jessica Lurry at Jessica.M.Lurry@usace.army.mil or Monica Pitchford at Monica.A.Pitchford@usace.army.mil for further details.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    PN 100948 and 94937 Barracks, Fort Hood, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is conducting a Sources Sought notice for the construction of barracks at Fort Hood, Texas, under project numbers PN 100948 and 94937. This notice serves as a market survey to gather information for preliminary planning purposes and is not a solicitation for proposals, meaning no contract will be awarded from this notice. The construction of troop housing facilities is critical for supporting military personnel, ensuring they have adequate living conditions. Interested parties can reach out to Richard Feller at richard.feller@usace.army.mil or call 817-886-1165 for further information.