Building 114 Repair/Replace Roof
ID: W911SG25BA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

HUBZone Set Aside (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair and replacement of the roof on Building 114 at Fort Bliss, Texas. This project, which is a 100% competitive set-aside for HUBZone business concerns, involves removing the existing asphalt shingle roof and installing a new metal shingle system, along with necessary wood deck replacements and compliance with historical preservation standards. The estimated construction cost ranges from $250,000 to $500,000, and the contract will be awarded based on a Firm-Fixed-Price (FFP) basis, requiring performance and payment bonds, as well as a bid guarantee. Interested bidders must submit their proposals by 10:00 AM MST on August 27, 2025, and can direct inquiries to Jakeb James at jakeb.i.james.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@mail.mil.

    Files
    Title
    Posted
    The document, Amendment 01 Narrative - FY25 – 114 - FE 10091 4J - Repair Replace Shingle Roof, details revisions to the Statement of Work for a roofing project. Specifically, Section 1.4.4.10 of the Specific Work Requirements is amended. The first revision mandates the use of new diamond-shaped, flat metal shingles with hidden fasteners, specifying "Castle Top HCT160" .032 aluminum shingles by ATAS International, Inc., or an approved equal, including specific hip and ridge caps. The second revision updates the warranty requirements to include a 2-year installer's warranty, 30-year paint coverage, 20-year defect coverage, and 20-year weathertightness coverage, all in accordance with ATAS International, Inc.'s manufacturer's warranty. This amendment clarifies material specifications and warranty terms for the shingle roof repair and replacement project.
    This document provides answers to questions regarding roof replacement projects for Buildings 51, 112-115, all listed on the National Register of Historic Places. Key clarifications include warranty requirements for ATAS Metal Shingles, confirming a 2-year installer warranty, 30-year paint, 20-year defect, and 20-year weathertightness coverage. Due to the historic status, alternate manufacturers or product substitutions for buildings 112-115 must match the ATAS International, Inc. “Castle Top HCT160” already installed on adjacent historic buildings (116 & 117), requiring prior approval with detailed technical documentation. Work hours are 7:30 AM to 4:30 PM MDT/MST, Monday-Friday. Discovery of additional lead or asbestos not in surveys requires contractor notification to the COR for testing, with the KO determining if a project modification and proposal for work is approved. Structural concerns beyond the scope are to be reported to the COR for KO guidance.
    This document outlines a federal Invitation for Bids (IFB) for the "BLDG 114 REPAIR/REPLACE ROOF" project at Fort Bliss, TX. The project involves removing existing asphalt shingles and installing new metal shingles, including wood deck replacement, underlayment, drip edge, gutters, and downspouts. It emphasizes adherence to historical preservation standards for Building 114, requiring approval for materials and colors from the Cultural Resource Manager. The solicitation details specific architectural, structural, electrical, and telecommunications requirements. Key personnel (Project Manager, Superintendent, SSHO/QCM) must meet stringent experience and certification criteria. The project, estimated between $250,000 and $500,000, is a 100% competitive set-aside for HUBZone businesses, with a NAICS code of 238160. Performance and payment bonds are mandatory, and a bid guarantee is required. Work must be completed within 120 calendar days of receiving a Notice to Proceed. Strict environmental, safety, and quality control measures, including hazardous material handling and waste management, are detailed throughout the document, aligning with federal and state regulations.
    This Invitation for Bids (IFB) outlines requirements for the "BLDG 114 REPAIR/REPLACE ROOF" project at Fort Bliss, TX, a 100% competitive set-aside for HUBZone business concerns with an estimated construction magnitude of $250,000 to $500,000. The project involves removing the existing asphalt shingle roof and installing a new metal shingle system, including wood plank deck replacement, underlayment, and metal shingles, with specific attention to the building's historical status. Key personnel, including a Project Manager, Superintendent, Site Safety and Health Officer (SSHO), and Quality Control Manager (QCM), must meet strict experience and certification requirements. The contractor must adhere to extensive regulations concerning safety (OSHA, EM 385-1-1), environmental protection (hazardous materials, waste management, natural resources), and historical preservation. The contract is a Firm-Fixed-Price (FFP) and requires performance and payment bonds, along with a bid guarantee. All work is subject to government inspection and compliance with local, state, and federal laws.
    This government file details an amendment to a solicitation (W911SG25BA012) for a repair and replacement project on Building 114 at Fort Bliss, Texas. The primary purpose of the amendment is to incorporate RFI questions and answers, and to update the Statement of Work (SOW) for the repair and replacement of the shingle roof. The project involves removing the existing asphalt shingle roof and installing a new metal shingle system, including wood plank deck replacement, underlayment, and new drip edge, gutters, and downspouts. As Building 114 is a historical building, all new materials and paint colors require approval from the Cultural Resource Manager. The document also outlines comprehensive requirements for environmental protection, safety, quality control, and personnel qualifications, emphasizing adherence to federal, state, and local regulations, including those for hazardous materials like asbestos and lead. Key personnel, such as the Project Manager, Superintendent, and a combined Site Safety and Health Officer/Quality Control Manager, must meet specific experience and certification criteria. The file stresses compliance with all applicable laws and regulations, and proper disposal of waste materials.
    The document is a solicitation for the repair and replacement of the roof of Building 114 at Fort Bliss, Texas, issued under an Invitation for Bids (IFB). It outlines the project's requirements, including performance timelines, bid guarantees, and compliance standards with federal regulations, particularly emphasizing the historical significance of the building. The objective is to remove the existing asphalt shingle roof and replace it with a new metal shingle roof, while ensuring adherence to historical preservation guidelines. The contractor is responsible for all labor, materials, and safety measures, including securing necessary bonds for performance and payment. The project includes strict adherence to safety, environmental regulations, and quality control protocols, and the contractor must provide key personnel throughout the project duration. The estimated construction cost is between $250,000 and $500,000, and the solicitation encourages participation from HUBZone businesses. Completion is expected within 120 calendar days following the Notice to Proceed, with established protocols for handling hazardous materials, utilities coordination, and maintaining clear communication with government representatives during construction. This solicitation reflects the government's commitment to preserving historical structures while promoting local economic engagement through construction contracts.
    The Fort Bliss Directorate of Public Works, Engineering Services Division, has issued a Statement of Work (SOW) for the FY25 - 114 - Repair Replace Shingle Roof project (FE 10091 4J). This project involves removing existing asphalt shingles from Building 114, a historical building, and installing a new metal shingle roof system with a 30-year warranty. The scope includes wood plank deck replacement, self-adhering underlayment, new gutters, downspouts, and repair/painting of existing wood soffit and fascia. The contractor must ensure safe access, adhere to historical preservation guidelines, and comply with all applicable federal, state, and local regulations, including OSHA and Fort Bliss specific requirements. Key personnel, including a Project Manager, Superintendent, and a combined Site Safety and Health Officer/Quality Control Manager, are required on-site. The SOW emphasizes environmental compliance, waste management, utility coordination, and strict adherence to safety and quality control programs. The period of performance is 120 calendar days after the Notice to Proceed.
    Micro Analytical Services, Inc. conducted a PLM Bulk Asbestos Analysis for Cherokee Nation 35, LLC on samples from Bldg. 114 Roof Top. The report, dated May 21, 2025, details the analysis of bulk samples for asbestos content using Polarized Light Microscopy with Dispersion Staining, following EPA interim methods. The laboratory is accredited by NVLAP (Lab Code: 200618-0) and licensed by TDSHS (License No. 30-0341). The analysis of six samples (MAS603992-MAS603997), described as black fibrous roof shingles and roof penetrations, revealed no detected asbestos. The samples primarily consisted of aggregate, fibrous glass, cellulose, and asphalt. This report confirms the absence of asbestos in the tested materials, ensuring compliance and safety for the project.
    The U.S. Army Garrison-Fort Bliss Environmental Review Form (NEPA LOG#:25-0483) details the environmental considerations for replacing the asphalt shingle roof with a metal shingle roof on Building 114. This building is on the National Register of Historic Places, requiring Cultural Resource Manager approval for new materials and colors. The review identifies the presence of lead on the project area and mandates proper handling and abatement by licensed companies if disturbed. Compliance with various environmental programs is required, including proper disposal of construction waste (targeting 60% diversion from landfills), adherence to drinking water and wastewater regulations, stormwater pollution prevention, and proper management of hazardous materials and waste. All project-generated waste must be disposed of according to Fort Bliss regulations, with detailed records submitted. The action is categorically excluded under 32 CFR Part 651, Appendix B, Section II, (g)(1) for routine repair and maintenance of historic buildings, with the caveat that asbestos and lead-based paint removal must follow applicable regulations. The review expires on May 23, 2026, with a requirement to resubmit if the project changes or is not completed by this date.
    The document from DPW Fort Bliss provides detailed technical specifications and diagrams for various roofing components and installation methods, primarily focusing on "Castletop Panels." It illustrates the proper use of different trim pieces such as drip edges, gable trim caps, channel trims, headwall trims, rolled hip and ridge caps, shed ridge caps, and sidewall trims. The file also details the fasteners, sealants, and underlying materials like plywood substrates required for secure and weather-tight installations. Key elements include specific dimensions for various components, notes on color-sided materials, and the integration of protective layers like ATA-GUARD and ATA-SHIELD. Additionally, it shows configurations for elements like valley pans and vented ridge caps, emphasizing precise construction for durability and performance in roofing systems.
    The Directorate of Public Works (DPW) at Fort Bliss, TX, has issued an Invitation for Bids (IFB) W911SG-25-B-A012 for the repair/replacement of the roof at Building 114. This 100% HUBZone set-aside aims to award a Firm Fixed Price (FFP) contract based solely on price. A pre-bid conference and site visit are scheduled for August 6, 2025, at 10:00 AM MST at Bldg 111 Pershing Rd, Fort Bliss, TX, with attendance limited to two representatives per company. All questions regarding the solicitation must be submitted via email to jakeb.i.james.civ@army.mil by August 13, 2025, 10:00 AM MST. Bids are due by 10:00 AM MST on August 27, 2025, at MICC-Fort Bliss, Room 220, 111 Pershing Rd, Fort Bliss, TX 79916. Electronic submissions are not authorized; bids must be hard copies, clearly identified, and include specific tabs: Cover Sheet, SF 1442/Amendments, Total Contract Price, Letter from Bonding Company, Bid Bond Guarantee, Subcontractor List, Reps & Certs, and Digitally Signed Drawings. Bidders must be registered with SAM.gov, and wage determinations apply.
    The Statement of Work (SOW) outlines the repair and replacement of the shingle roof at Building 114, Fort Bliss, Texas, a historical building. The project involves removing existing asphalt shingles and installing new metal shingles, replacing damaged wood plank decking, repairing and painting wood soffit and fascia, reinforcing rafters, and installing new drip edge, gutters, and downspouts. All work must comply with manufacturer specifications for a 30-year warranty, including 120 mph wind speed coverage. Special attention is given to preserving the building’s historical features, with all new materials and paint colors requiring approval from the Cultural Resource Manager. The SOW emphasizes strict adherence to safety protocols, environmental regulations, and quality control, requiring licensed abatement for any encountered hazardous materials like lead. The project has a 120-day performance period and requires the contractor to provide all labor, materials, and services while coordinating with government personnel and adhering to all applicable federal, state, and local codes and standards.
    The document outlines construction specifications for the installation of castletop panels and associated components at Fort Bliss by the Department of Public Works. It details various fasteners, sealants, and structural elements such as the drip edge, gable trim cap, channel trim, and ridge caps that are necessary for the assembly. Each component is accompanied by exact measurements, recommended materials like stainless steel fasteners, and specific guidelines for installation to ensure stability, particularly in high wind situations. The notes throughout indicate the color coding of materials and emphasize using appropriate sealants and fasteners for weatherization and structural integrity. The document provides a comprehensive overview for contractors responding to RFPs related to construction and renovation projects at military installations, underscoring the need for adherence to precise specifications in federal and state project submissions.
    This document outlines the construction specifications for various roofing and siding components at Fort Bliss, emphasizing the use of specific fasteners, trims, sealants, and panels. It details assembly methods for elements like castletop panels, drip edges, gable trims, and ridge caps, ensuring they are secured correctly to withstand high wind applications. The specifications include clear dimensions, fastener types (e.g., stainless steel, painted hex washer heads), and materials to be used, such as minimum 1/2" plywood and expandable sealant tape. Additionally, the notes indicate color specifications for particular components. The comprehensive instructions serve to guide contractors in successful construction and installation, aligning with the standards set forth by the Department of Public Works (DPW) for federal project adherence. Overall, the document aims to facilitate precise and durable roofing installation, essential for maintaining structural integrity in the face of environmental challenges.
    The Directorate of Public Works is seeking contractor services to replace the shingle roof of Building 114 at Fort Bliss, Texas. The main objectives include removing the existing asphalt shingles, installing a new metal roofing system, and ensuring compliance with safety, historical preservation, and environmental regulations. The contract requires a period of performance of 120 days post-Notice to Proceed, and work will be conducted while the facility remains occupied, necessitating careful coordination and safety measures. Key requirements include adherence to the International Code Council standards, specific guidelines for historic properties, and provision of a comprehensive quality control program. The contractor must ensure safe access to the site, manage hazardous materials responsibly, and maintain effective communication with government representatives for inspections and approvals. Environmental controls are mandated, including waste management and noise control, to minimize pollution. The project reflects the government's commitment to maintaining historical integrity while upgrading essential infrastructure, emphasizing sustainability and worker safety throughout the construction process.
    The Federal Government is soliciting bids for the repair and replacement of the roof at Building 114 on Fort Bliss, TX. The Invitation for Bids (IFB) number W911SG-25-B-A012 requires proposals to be submitted by 10:00 AM MDT on August 27, 2025. This project is exclusively set aside for HUBZone businesses. A pre-bid conference is scheduled for August 6, 2025, allowing potential contractors to review bid requirements and visit the site. Bidders must adhere to specific submission protocols, including a detailed bid package consisting of multiple components, with electronic submissions not permitted. All inquiries must be submitted to the designated contracting office by August 13, 2025, ensuring clarity and adherence to the solicitation’s terms. The document outlines several mandatory clauses and states that construction wage rates will apply. Bidders must also register in the System for Award Management (SAM) to be considered for contract awards, emphasizing the importance of compliance with federal regulations. The government will not cover costs associated with bid preparation. In summary, this solicitation offers an opportunity for HUBZone businesses to engage in a vital project while adhering to specific procedural guidelines and regulatory compliance.
    The Directorate of Public Works at Fort Bliss, Texas, has issued a Statement of Work (SOW) for the repair and replacement of the shingle roof on building 114. The project aims to replace the existing asphalt shingle roofing with a metal roofing system, along with the necessary structural reinforcements, underlayment, and rainwater management features. This undertaking, focusing on preserving the historical integrity of the building, requires the contractor to comply with various safety, environmental, and regulatory standards, including verification of dimensions, management of hazardous materials, and adherence to historical preservation guidelines. The project's performance period is set at 120 days from the Notice to Proceed. The contractor must provide comprehensive project management personnel, including a Project Manager and Quality Control Manager, and ensure all work complies with applicable Federal, State, and local regulations. The initiative emphasizes maintaining a clean worksite, ensuring safety, and preventing environmental pollution, ultimately aligning with the government's commitment to infrastructure improvement while respecting historical properties.
    The General Decision Number TX20250245 outlines prevailing wage rates for building construction projects in El Paso County, Texas, effective June 13, 2025. This document is crucial for federal government RFPs and grants subject to the Davis-Bacon Act, detailing minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered contracts. It provides specific wage and fringe benefit rates for various trades, including boilermakers, electricians, power equipment operators, ironworkers, plumbers, and sprinkler fitters. The document also includes classifications and rates for trades such as bricklayers, carpenters, cement masons, and truck drivers. Additionally, it addresses the appeals process for wage determinations and outlines requirements for paid sick leave under Executive Order 13706 for federal contractors.
    The document outlines the wage determination for a federally funded building construction project in El Paso County, Texas, effective June 13, 2025. It specifies compliance with the Davis-Bacon Act, requiring contractors to pay minimum wages as directed by Executive Order 14026 for contracts entered into after January 30, 2022, and Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. Wage rates for various labor classifications are presented alongside fringe benefits. It emphasizes the annual adjustment of wage rates and outlines obligations for contractors regarding paid sick leave under Executive Order 13706. Additionally, the document provides a wage determination appeals process for interested parties to request reviews or file appeals regarding wage decisions. This file is significant within the context of federal grants and RFPs as it ensures fair compensation for labor in federally funded projects and compliance with legal standards, thereby promoting worker protections and equitable treatment in public contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Paving IDIQ at Fort Bliss, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Firm-Fixed-Price, single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for paving, repairs, and maintenance of roads and related infrastructure at Fort Bliss, Texas. This procurement, valued at over $10 million over a five-year period, is intended for competitive 8(a) firms and aims to ensure compliance with federal, state, and local regulations, including safety standards. Interested 8(a) firms are encouraged to submit detailed information regarding their capabilities, experience, and financial capacity, with responses due to the primary contacts, Catalina Sandoval and Flor Sanchez, at the provided email addresses. The anticipated NAICS code for this opportunity is 237310, and the contract will include a base year and four one-year options, emphasizing strict adherence to safety and quality control measures.
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    Bldg 250 Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Building 250 Roof Repair project located at Gabreski Airport in Westhampton Beach, NY. This project involves the repair of approximately 42,500 square feet of roofing, including the replacement of the membrane, flashing, gutters, downspouts, and walking tiles, with a project magnitude estimated between $500,000 and $1,000,000. The contract is set aside for small businesses under NAICS code 238160, with a size standard of $19 million in average annual revenue. Interested bidders are encouraged to attend a pre-bid conference and site visit on November 19, 2025, with bids due by December 10, 2025. For further inquiries, contractors may contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Rolando Rowe at rolando.rowe@us.af.mil. Funding for the project is anticipated to be available by November 30, 2025.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    EM-DTOS Bldg Roof Replacement Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the EM-DTOS Building Roof Replacement Project located in Old Hickory, Tennessee. This project is a Total Small Business Set-Aside firm-fixed-price construction contract, with an estimated value between $25,000 and $100,000, aimed at replacing the roof of the EM-DTOS building, which is crucial for maintaining the facility's operational integrity. Interested contractors must be registered in SAM and are required to submit their quotes by December 12, 2025, at 2:00 PM Central Time, following a site visit scheduled for December 3, 2025. For further inquiries, potential bidders can contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    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.
    Fort Leonard Wood Roofing IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    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.