SPECIAL NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA SUBCONTRACTING GOALS
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST BALTIMOREBALTIMORE, MD, 21201-2526, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF TROOP HOUSING FACILITIES (Y1FC)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers Baltimore District, is seeking industry feedback on subcontracting goals for the Unaccompanied Enlisted Personnel Housing (UEPH) project at Joint Base Myer-Henderson Hall (JBMHH) in Virginia. The procurement aims to establish realistic subcontracting goals for small businesses, including specific targets for small disadvantaged, women-owned, HUBZone, veteran-owned, and service-disabled veteran-owned businesses, as part of a project labor agreement required for this construction project. This initiative is crucial for ensuring diverse participation in federal contracting opportunities, with suggested subcontracting goals totaling 39.8% for small business concerns and various percentages for other categories. Interested parties are encouraged to submit their feedback via email to the primary contact, Aisha Boykin, at aisha.r.boykin@usace.army.mil, or the secondary contact, Tamara Bonomolo, at tamara.c.bonomolo@usace.army.mil, by January 5, 2026, at 11:00 AM (EST).

    Files
    No associated files provided.
    Similar Opportunities
    SPECIAL NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA SUBCONTRACTING GOALS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Baltimore District, is seeking industry feedback regarding subcontracting goals for the Unaccompanied Enlisted Personnel Housing (UEPH) project at Joint Base Myer-Henderson Hall (JBMHH) in Virginia. The procurement aims to establish realistic subcontracting goals for small businesses, including categories such as Small Disadvantaged Business, Women-Owned Small Business, and Veteran-Owned Small Business, among others, as part of the solicitation process for a contract expected to exceed $2 million. This project is significant as it involves the construction of troop housing facilities, which are essential for supporting military personnel. Interested parties are encouraged to submit their feedback via email to the primary contact, Aisha Boykin, at aisha.r.boykin@usace.army.mil, or the secondary contact, Tamara Bonomolo, at tamara.c.bonomolo@usace.army.mil, by the deadline of January 5, 2026, at 11:00 AM EST.
    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.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 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 May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    AE Environmental SB MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a market survey to identify small business concerns for the AE Environmental SB MATOC project, which focuses on environmental engineering services. The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year duration and an estimated capacity of $40 million, addressing a variety of hazardous, toxic, and radiological sites while ensuring compliance with relevant federal, state, and local regulations. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their qualifications and relevant project experience by January 14, 2026, at 2:00 PM (EST) to Henry Caldera at henry.c.caldera@usace.army.mil.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, emphasizing the importance of fostering small business participation in federal contracting. Interested contractors should note that this opportunity is set aside exclusively for small businesses, and they can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details. The contract will be executed within the North Atlantic Division Area of Responsibility, and potential bidders are encouraged to prepare their submissions in accordance with the guidelines provided in the solicitation.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    DB/DBB, IDIQ Multiple Award Construction Contract (MACC) Large Projects Hampton Roads AOR, VA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is conducting market research to identify eligible small businesses for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) for large projects in the Hampton Roads Area of Responsibility, Virginia. This contract will encompass a variety of construction services, including new construction, demolition, repair, alteration, and renovation of various facilities, with an estimated total construction cost of up to $975 million over five years. Interested small businesses must demonstrate relevant experience as prime contractors on projects valued at $30 million or more, with specific requirements for bonding capacity and project complexity. Responses are due by January 2, 2026, and should be submitted electronically to Ashlee Beggs at ashlee.r.beggs.civ@us.navy.mil.
    AK ANG Base Supply Complex, JBER, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Alaska District, is conducting market research for the construction of a 60,100 square foot Supply Complex for the Alaska Air National Guard at Joint Base Elmendorf-Richardson (JBER), Alaska. The project requires a contractor capable of providing comprehensive management, labor, materials, and equipment to meet various logistical and administrative needs, while adhering to local, state, and federal building codes, with an estimated project cost between $25 million and $100 million. This opportunity is particularly significant as it involves the potential use of Project Labor Agreements (PLAs) for large-scale federal construction projects, which will be mandatory starting January 22, 2024, for projects exceeding $35 million. Interested firms must respond with their qualifications and insights regarding PLAs by January 6, 2026, to Melanie DePuy at melanie.depuy@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil.