Architect and Engineering (A-E) Services for the Common Uniform Building Envelope (CUBE) Protected Design
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW31R ENDIST AFGHANISTAN NORTHAPO, AE, 09366-0000, USA
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, intends to award a sole-source contract to Intellectual Growth Engineering, LLC for architect-engineering services related to the design of the Common Uniform Building Envelope (CUBE) Protected, which aims to enhance the structure's resilience against Indirect Fired Weapons (IDFW) on its roof. The project involves conducting research on IDFW parameters and material performance, producing a comprehensive report on design and performance criteria, and creating assembly instructions for military personnel in contingency environments. The CUBE structure, designed for rapid assembly and compliance with military building codes, is crucial for military operations and emergency situations, and the design modifications will build upon existing blueprints protected under US Patent 10655350. The anticipated contract value is under $25,000, with a completion deadline of 60 days from the notice to proceed; interested parties may submit capability statements by January 4, 2025, and can contact Valerie Murphy at valerie.e.murphy@usace.army.mil or Nikisha Cook at nikisha.w.cook@usace.army.mil for further information.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers plans to award a sole-source contract to Intellectual Growth Engineering, LLC, for the design of the Common Uniform Building Envelope (CUBE) Protected, aimed at enhancing the structure's resilience against Indirect Fired Weapons (IDFW) on its roof. This task includes researching IDFW parameters and material performance to reduce potential damage, producing a comprehensive report documenting design and performance criteria, and creating assembly instructions for military personnel in contingency environments. The project budget is under $25,000 with a firm-fixed-price contract anticipated. The design will build on existing CUBE blueprints, protected under US Patent 10655350, and must be completed within 60 days of the notice to proceed. The document emphasizes that this is an information notice and not a solicitation for proposals, although interested parties can submit capability statements by January 4, 2025. The government's discretion regarding competition for this requirement remains central, with any submissions solely at the respondents' cost. Overall, this initiative underscores a focus on enhancing military infrastructure's protective capabilities in operational settings while proceeding through a non-competitive procurement process.
    The document outlines a patent for a "Code Compliant Residential Structure for Assembly by End User," designated as US 10,655,350 B2, filed by the U.S. Army. This invention focuses on a rapidly assembly structure known as the CUBE, designed for military personnel and emergency situations. The CUBE framework comprises modular components including foundation boxes, floor panels, wall panels, stackable roof segments, and load-transferring batten strips. It demands minimal skilled labor and can be easily transported as it fits within standard military transport dimensions. Key features include ease of assembly and disassembly without the need for specialized tools, portability, and compliance with military building codes. The structure also contains provisions for environmental factors, such as vents for condensation. The patent notes the use of lightweight materials, ensuring components can be handled by a small number of individuals, maximizing efficiency and reducing the logistical burden in remote settings. The CUBE structure provides a solution for various applications, including military operations, disaster recovery, and humanitarian assistance, showcasing the military's commitment to developing cost-effective building solutions that can be adapted to urgent operational requirements.
    Similar Opportunities
    $450Million A-E Master Planning Services IDC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking qualified architect-engineer firms to provide Master Planning Services under a $450 million 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 guidelines. These services are crucial for effective planning and environmental management in support of military and civil projects. Interested firms, particularly those classified as small businesses, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to respond to this sources sought notice by the extended deadline of January 16, 2026. For further inquiries, contact Thomas Howard at thomas.howard@usace.army.mil or call 918-669-4389.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR AIR INSTALLATIONS COMPATIBLE USE ZONES (AICUZ) AND RANGE AIR INSTALLATIONS COMPATIBLE USE ZONES (RAICUZ) STUDIES AND OTHER ENCROACHMENT MANAGEMENT OR READINESS SUSTAINMENT
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Air Installations Compatible Use Zones (AICUZ) and Range Air Installations Compatible Use Zones (RAICUZ) studies, along with other encroachment management and readiness sustainment services. The contract aims to provide multi-discipline Architect-Engineer (AE) services, including the preparation and updating of AICUZ/RAICUZ studies, noise studies, and Encroachment Action Plans (EAPs), primarily for projects located in the Continental United States (CONUS) but may extend globally. This opportunity is crucial for ensuring the compatibility of military operations with surrounding communities and managing encroachment issues effectively. Interested small businesses, including those with 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB designations, must submit a capabilities package by January 9, 2026, detailing their relevant experience and qualifications, as large business submissions will not be considered. For further inquiries, contact Hannah Smith at hannah.g.smith32.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil.
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    Residential Modular SCIF
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking to negotiate a sole source contract with Centurion Consulting LLC for the acquisition of a new modular Sensitive Compartmented Information Facility (SCIF) to be installed in a residence within the National Capital Region (NCR). The SCIF must comply with stringent standards, including Intelligence Community Directive (ICD) 705, a Sound Transmission Class (STC) rating of 56, and Transient Electromagnetic Pulse Emanation Standards (TEMPEST), while also incorporating an Intrusion Detection System (IDS) that meets Underwriters Laboratories (UL) 2050 standards. This procurement is critical as it ensures compatibility with existing systems and facilitates rapid redeployments and reconfigurations, given that Centurion Consulting LLC is the only vendor capable of providing the necessary components and services. Interested parties who believe they can meet these requirements must submit a capability statement within 7 days of this notice to Ms. Karoline Schmal at karoline.k.schmal.civ@mail.mil, as no formal solicitation will be posted due to the sole source nature of the contract.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    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.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small business architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer Multiple Award Task Order Contract (MATOC). This procurement aims to consolidate contract requirements for engineering services, excluding vertical construction projects, to enhance efficiency and effectiveness in meeting the Army's infrastructure needs. The anticipated solicitation issuance date is set for December 29, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can direct inquiries to Evan Cyran at evan.m.cyran@usace.army.mil or Sherry Rhoden at sherry.s.rhoden@usace.army.mil for further details.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.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.