Wateree Cabin Office
ID: FA480325B0005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

New Single-Family Housing Construction (except For-Sale Builders) (236115)

PSC

CONSTRUCTION OF RECREATIONAL BUILDINGS (Y1FB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design and construction of a new log cabin office at the Lake Wateree recreational area in Camden, South Carolina. This project, known as the Wateree Cabin Office, requires the selected contractor to provide all necessary labor, materials, equipment, and services, following a design-build approach, with an estimated project value between $250,000 and $500,000. The cabin will serve as an essential facility for Shaw Air Force Base, emphasizing the importance of quality construction and adherence to specific design standards. Interested bidders must submit electronic bids through SAM.gov by May 29, 2025, with a site visit scheduled for May 25, 2025, and questions due by May 12, 2025. For further inquiries, contact Gregory Cooke at gregory.cooke@us.af.mil or Craig Davis at craig.davis.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines specifications for the construction of a 26 x 40 log cabin, which includes a 6 x 40 porch, and is identified as being from Conestoga Log Cabins or an equivalent provider. Additionally, it details site requirements for an asphalt parking lot featuring one ADA-compliant parking space, and two standard parking spaces. Significant attention is given to creating a "No Parking Zone" designated for the dropping and stocking of merchandise and goods. Moreover, the document stipulates that employee parking must be gravel-based. This information is integral for potential contractors responding to the government’s Request for Proposals (RFP), ensuring compliance with accessibility standards and logistical organization for site operations. The summary reflects the project’s focus on functionality and accessibility in the design of the facility and its surrounding areas.
    The document outlines a proposed layout for a facility that includes several distinct areas essential for operations. The key components consist of a lobby/store measuring 26' 5" by 18' 10", an office that is 12' by 12', storage space at 12' by 6' 6", a restroom sized at 7' 7" by 7' 7", and a covered porch with dimensions of 40' by 6'. Additionally, the design includes features for accessibility such as an ADA ramp and stairs. This layout is likely part of a government Request for Proposals (RFP) or grant application, aimed at establishing or renovating a facility that meets community needs while ensuring compliance with accessibility standards and efficient space utilization. The document is structured to convey specific dimensions of each area, emphasizing spatial requirements for functionality and compliance.
    The VLSB 25 - 0024 project involves the design and construction of a Wateree Office Cabin, requiring the contractor to provide all necessary resources, including personnel, materials, and equipment. The project includes demolition of existing concrete foundations, construction of a new foundation with masonry piers, and installation of a log cabin from Conestoga Log Cabins or an equivalent supplier. Sitework involves tree removal, grading for parking, and underground power installation. The project also includes interior work, plumbing, and HVAC installation, with specific design and construction requirements outlined. The contractor must submit design documents in stages (65%, 95%, 100%) and adhere to various standards, including local, state, and federal codes. The construction schedule is anticipated to take 27 weeks, including 11 weeks for construction and 4 weeks for close-out documentation. A warranty of at least one year is required for material and workmanship. Overall, this document serves as a comprehensive Statement of Work for a government Request for Proposal (RFP), detailing the expectations and guidelines for the successful execution of the project while ensuring compliance with regulations and standards.
    Lifecycle
    Title
    Type
    Presolicitation
    Wateree Cabin Office
    Currently viewing
    Sources Sought
    Similar Opportunities
    Y810 Maintenance Building Construction
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking proposals for the construction of a Y810 Maintenance Building in Aiken, South Carolina. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to fulfill essential infrastructure needs for military operations. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with no other transmission methods accepted. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration, and they can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further information.
    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.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    Tiny Home
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking contractors to provide a prebuilt modular Tiny Home, designed for four-season use, at Fort Drum, NY. The project requires a comprehensive construction that includes specific features such as a screened-in porch, modern kitchen appliances, a full bathroom, and a robust fire protection system, all adhering to various safety and building codes. This procurement is crucial for personnel housing and aims to enhance living conditions for military staff. Interested small businesses must contact Carrie Lawton at carrie.l.lawton.civ@army.mil or call 315-772-1065 for further details, as this opportunity is set aside for total small business participation.
    LARGE AREA FACILITY DESIGN BUILD CONSTRUCTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the design and construction of a Large Area Facility at Tobyhanna, Pennsylvania. The project entails constructing a 90' x 75' clear span structure with a minimum height of 40 feet, designed to support mission requirements with specific features such as large overhead doors, flush work floors, and comprehensive utility systems. This facility is crucial for accommodating both general and mission-specific operations, ensuring a lifespan of at least 40 years in compliance with DoD standards. Interested contractors must submit their capability statements, including evidence of relevant past performance and the ability to self-perform at least 50% of the contract, by December 12, 2025. For further inquiries, potential offerors can contact Brian Cox at brian.w.cox@usace.army.mil or Cherita Williams at cherita.l.williams@usace.army.mil.
    Tiny Home
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide a prebuilt modular home, referred to as a "Tiny Home," for use at Fort Drum, NY. The project requires the construction of a four-season modular home with specific dimensions and features, including a screened-in porch, a fully equipped kitchen, a bathroom, and comprehensive fire protection systems, all designed to meet stringent safety and building codes. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of engaging small businesses in government contracts. Interested contractors can reach out to Carrie Lawton at carrie.l.lawton.civ@army.mil or call 315-772-1065 for further details and to discuss the proposal submission process.
    TINY HOME
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide a prebuilt modular home, referred to as a "Tiny Home," for use at Fort Drum, NY. The project entails constructing a four-season modular home with specific design features, including a screened-in porch, a fully equipped kitchen, a bathroom, and comprehensive fire protection systems, all adhering to stringent safety and building codes. This procurement is a Total Small Business Set-Aside, emphasizing the importance of engaging small businesses in government contracting. Interested parties should contact Carrie Lawton at carrie.l.lawton.civ@army.mil or call 315-772-1065 for further details and to discuss proposal submissions.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.