Request for Information (RFI) for Construction Projects at Savannah River Site (SRS)
ID: W912HP25RSRS1Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT CHARLESTOCHARLESTON, SC, 29403-5107, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, Charleston District, is issuing a Request for Information (RFI) regarding two upcoming vertical construction projects at the Savannah River Site (SRS) in South Carolina. The projects include the construction of a Maintenance Building, approximately 55,000 square feet, and a Procurement Warehouse, around 22,030 square feet, both of which are expected to have a performance period of 300 days. The RFI aims to gather insights on the adequacy of the proposed timeframe, lead times for critical components, and the impact of security protocols on construction schedules. Interested parties are encouraged to submit their feedback to Addison G. Layfield at Addison.G.Layfield@usace.army.mil or Brandon Briggs at brandon.c.briggs@usace.army.mil, as the information collected will inform future acquisition decisions.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for information concerning the construction of two projects: a Maintenance Building and a Procurement Warehouse. Each project is subject to a proposed 300-day period of performance, for which feedback is requested regarding its sufficiency. The Maintenance Building will be approximately 55,000 square feet and will include various functional spaces such as office areas, a maintenance bay with specialized infrastructure, and will adhere to a 50-year lifespan. The Warehouse will cover around 22,030 square feet, featuring integration for utility systems, office space, and safety measures including tornado shelters. Key inquiries include the adequacy of the 300-day timeframe, current lead times on critical components like HVAC Equipment and electrical panels, the impact of the Savannah River Site's security protocols on construction durations, and any additional risks that should be accounted for in scheduling. The document serves as a structured communication aimed at gathering essential insights to ensure successful project planning and execution, reflecting the nuances and requirements typical of government project solicitations.
    Similar Opportunities
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million, exclusively set aside for small businesses. This contract will facilitate the issuance of task orders for various construction projects within the Savannah District's area of responsibility, primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work. Interested contractors must submit their proposals by December 18, 2025, at 1100 hours EST via the PIEE Solicitation Module, and should direct inquiries to Gregory Graham at gregory.m.graham@usace.army.mil or by phone at 912-652-5476.
    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.
    Facilities Investment Services, Ft. Jackson, SC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Charleston District, is conducting a Sources Sought notice to identify qualified contractors for Facilities Investment Services at Ft. Jackson, SC. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for preventative maintenance services, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for maintaining operational readiness and efficiency of facilities, and responses will inform the acquisition strategy and potential solicitation advertisement. Interested parties, particularly Small Businesses, Certified 8(a) Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, and Service-Disabled Veteran Owned Small Businesses, should direct inquiries to Holly Sopiak at holly.j.sopiak@USACE.army.mil or call 843-278-9401.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    SOLICITATION FOR LEASE - WAREHOUSE SPACE @ WATERVLIET NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 40,000 square feet of warehouse space to support operations at Watervliet Arsenal in New York. The facility must be temperature-controlled, secure, and equipped with loading docks, parking for employees and tractor-trailers, and must be located within a 4.5-mile radius of the Arsenal, with easy access to major highways. This procurement is critical for the storage of equipment and materials necessary for military operations, with a lease term of one year and nine optional renewal years, anticipated to commence no later than February 27, 2026. Interested offerors must submit their proposals by December 12, 2025, with a final offer deadline of December 19, 2025; for further inquiries, contact Michael Merkel at michael.c.merkel@usace.army.mil or Allen Roos at allen.d.roos@usace.army.mil.
    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.
    Supply and Delivery of Park Supplies, USACE- SAV
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking potential sources for the supply and delivery of park supplies to support the J. Strom Thurmond Project in Clarks Hill, South Carolina. The procurement includes essential park amenities such as picnic tables, grills, lantern holders, fire rings, utility tables, trash can holders, trash cans, and plastic composite timbers, which are critical for restoring public access to areas affected by Hurricane Helene. Timely delivery of these items is crucial, with a deadline set for no later than March 1, 2026, to ensure the areas remain usable for recreation. Interested small businesses must submit a capability statement by December 31, 2025, detailing their qualifications and ability to meet the delivery schedule, and can contact Stephanie Brasier at stephanie.brasier@usace.army.mil or Paul R. Gaeth at paul.r.gaeth@usace.army.mil for further information.
    Armed Forces Career Center - Hinesville, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 4,600 to 5,600 gross rentable square feet of commercial retail space in Hinesville, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks a full-service lease for a term of five years, with options for termination rights and the inclusion of utilities, maintenance, and janitorial services, while ensuring the space meets specific operational requirements. This procurement is critical for establishing a functional recruiting facility, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, contact James Rivard at James.P.Rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    PATTON HALL NEW STRATEGIC ENGAGEMENT PLATFORM, JOINT BASE MYER-HENDERSON HALL, VA.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking industry feedback for the design and construction of the Patton Hall New Strategic Engagement Platform at Joint Base Myer-Henderson Hall, Virginia. This project involves the demolition of the existing Patton Hall, which is beyond repair, and the construction of a new 70,600 square foot facility that will serve as a state-of-the-art conference and event center, adhering to various standards including antiterrorism measures, ADA compliance, and LEED Silver certification. Interested parties are encouraged to review the attached draft RFP and submit their feedback, with a response deadline of January 10, 2026, to the primary contact Robert Ferebee at robert.l.ferebee@usace.army.mil or secondary contact Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil.