Construct USDA-ARS Auburn Lab Auburn, AL
ID: W9127826RA007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST MOBILEMOBILE, AL, 36602-3630, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new laboratory facility for the United States Department of Agriculture – Agricultural Research Service (USDA-ARS) in Auburn, Alabama. This project involves the construction of a state-of-the-art laboratory building, along with necessary site utilities, pavements, and optional additional structures such as a lab annex, greenhouse, and other related features at the USDA’s Research Park. The facility will support the National Soil Dynamics Research Unit (SDRU) as it relocates to this new site, highlighting the importance of advanced research capabilities in agricultural sciences. Interested contractors can reach out to Paul Adamo at Paul.M.Adamo@usace.army.mil or Jillian Saffle at jillian.e.saffle@usace.army.mil for further details, as there are no set-asides for this opportunity.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of a state-of-the-art laboratory building for the USDA-ARS National Soil Dynamics Research Unit, which will be relocated to the USDA's Research Park in Auburn, Alabama. This project involves not only the main laboratory building but also related utilities, pavements, and optional structures such as a lab annex, greenhouse, and other site features. The construction is critical for advancing agricultural research and enhancing the capabilities of the USDA-ARS in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details, as the project falls under NAICS code 236220 and is currently in the presolicitation phase.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Facilities Acquisitions for Restoration and Modernization (FARM) III project, which involves commercial and institutional building construction in Coopertown, Tennessee. The procurement aims to finalize an updated Draft Statement of Work (SOW) and address industry questions to clarify project requirements, including contractor responsibilities for Integrated Scheduling, design compatibility with AutoCAD 2018 or later, and professional engineering services. This initiative is crucial for enhancing the operational capabilities of military facilities, ensuring compliance with energy and environmental standards, and facilitating efficient project execution. Interested contractors can reach out to Robert Mosley at robert.mosley.3@us.af.mil or Andrew Waggoner at andrew.waggoner.3@us.af.mil for further details and to review the attached documents for additional insights.
    Concrete Crushing
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for concrete crushing services at the Anniston Army Depot (ANAD) in Alabama. The objective is to produce crushed concrete that meets the specifications set forth by the Alabama Department of Transportation (ALDOT), which will be used as a substitute for purchased materials. This initiative is crucial for supporting construction and maintenance activities at the depot, thereby enhancing operational efficiency and sustainability. Interested small businesses are encouraged to reach out to Amber Burdett at amber.e.burdett.civ@army.mil or call 256-240-3002 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.
    Design New Lacquer Preparation Facility for RDX and HMX Production at Holston Army Ammunition Plant (HSAAP)
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Drum, is seeking architect-engineer firms to provide design services for a new Lacquer Preparation Facility and Chemical Storage Tank Farm at the Holston Army Ammunition Plant in Kingsport, Tennessee. The objective of this procurement is to develop a 30% design package that will support the production of plastic bonded explosives (PBX), thereby expanding the Department of Defense's manufacturing capacity for energetic materials. This project is significant as it involves modernization and safety compliance in the production of RDX, HMX, and IMX, with a construction magnitude estimated between $100 million and $250 million. Interested firms must submit their qualifications, including a completed GSA Standard Form (SF) 330, by December 19, 2025, and can direct inquiries to Lyndsie Hall at lyndsie.j.hall.civ@army.mil or Milan Sanchez at alfredo.m.sanchez.civ@army.mil.
    Y810 Maintenance Building Construction
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is preparing to solicit bids for the construction of a maintenance building in Aiken, South Carolina. This pre-solicitation announcement indicates that a formal solicitation will be issued, detailing the requirements for the construction project, including plans, specifications, and evaluation criteria for proposals. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, highlighting its significance in supporting military operations. Interested contractors can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information, although no responses are requested at this time as the formal solicitation is forthcoming.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The project is crucial for ensuring timely and cost-effective responses to the repair and minor construction needs of DHA medical facilities across states including Alaska, California, and Colorado. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for the solicitation, which is expected to be posted around November 20, 2025. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil.