Design and Construction of the NC3 Acquisition Management Facility
ID: W912WJ25RA005Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Repair (Sustain) B1994, Child Development Center (CDC) Hanscom AFB
Buyer not available
The Department of Defense, through the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the selective renovation of the Child Development Center (CDC) located in Building 1994 at Hanscom Air Force Base in Massachusetts. The project aims to address system deficiencies, ensure compliance with relevant codes and requirements, and update the facility’s finishes while maintaining services for children aged 6 weeks to 5 years. This initiative is crucial for supporting Air Force Child Development and Youth Programs and will require skilled labor across multiple trades, alongside input from licensed engineers and architects. The contract is a firm fixed-price agreement expected to commence in September 2025, and interested parties are encouraged to submit feedback within 15 days of this announcement to the designated contacts: Ashley Martin at ashley.martin.17@us.af.mil and Lt Amanda Thoman at amanda.thoman@us.af.mil.
Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Hangar at March Air Reserve Base in California. This project involves a Design-Bid-Build approach, focusing on the construction of a maintenance hangar that will support KC-46A aircraft operations, including necessary infrastructure improvements and compliance with environmental regulations. The estimated project cost ranges from $100 million to $250 million, with a strong emphasis on sustainability and adherence to federal contracting standards. Interested contractors must submit their proposals electronically by April 17, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or by phone at 502-315-6900.
Construction: Cyber National Mission Force Mission Operations Building (CNMF MOF), Fort George G. Meade, MD (FY27)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified prime construction contractors for the Cyber National Mission Force Mission Operations Facility (CNMF MOF) project at Fort George G. Meade, Maryland. This opportunity involves a Firm-Fixed Price Design-Build contract for a facility exceeding $500 million, designed to accommodate over 2,000 personnel with various operational and support spaces, including Sensitive Compartmented Information Facility (SCIF) construction standards. Interested contractors must have a bonding capacity of $800 million or greater and are required to submit a Statement of Affiliation to participate in a Pre-Solicitation conference scheduled for May 1-2, 2025. For further inquiries, contractors can contact Erica A. Eaton at Erica.A.Eaton@usace.army.mil or Laura A. Wade at laura.a.wade@usace.army.mil.
BCE COMPLEX
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the BCE Complex at the 106th Rescue Wing in Westhampton Beach, New York. This project involves constructing a base civil engineering complex in accordance with provided plans and technical specifications, and it is exclusively set aside for small businesses, with a size standard of $45 million in average annual revenue over the past three years. The estimated project magnitude is between $10 million and $25 million, highlighting its significance in supporting military operations. Interested bidders are encouraged to attend a pre-bid site visit and must submit a bid bond with their proposals. For further inquiries, potential offerors can contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Melissa Santoro at melissa.santoro2.civ@army.mil. Note that contract awards will only be made once appropriated funds become available, as they are currently not available for this acquisition.
Natick Soldier Systems Center Multiple Award Task Order Contract (MATOC) for Construction
Buyer not available
The Department of Defense, through the Army Contracting Command-Aberdeen Proving Ground, is seeking qualified small businesses for the Natick Soldier Systems Center Multiple Award Task Order Contract (MATOC) for construction-related services. This pre-solicitation notice outlines the intent to award up to ten Indefinite Delivery Indefinite Quantity (ID/IQ) contracts for real property maintenance, alterations, and minor construction at the Natick facility, with a focus on various general construction tasks including renovations, HVAC, plumbing, and site work. The estimated contract value ranges from $25 million to $100 million, with the solicitation anticipated to be issued in May 2025 and a contract performance period of five years, followed by an optional three-year extension. Interested parties should ensure their registration in the System for Award Management (SAM) and may contact Alexander M. Ponusky at alexander.m.ponusky.civ@army.mil for further information.
TIAC Egress Door Relocation, Cold Regions Research Engineering Laboratory, Hanover, NH
Buyer not available
The U.S. Army Corps of Engineers (USACE), New England District, is preparing to solicit an Invitation for Bids (IFB) for construction services to relocate the egress door for the Technical Information Analysis Center (TIAC) at the Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, NH. The project involves demolishing an existing concrete walkway and egress door, constructing a new storefront-style entrance with a heated vestibule, and making necessary interior renovations, including electrical, HVAC, and life safety system modifications, all within a controlled military installation. This initiative is crucial for enhancing the mobility and aesthetics of a key research facility that addresses significant challenges for the Department of Defense and the nation. The estimated project cost ranges from $500,000 to $1 million, with work expected to commence in the summer. Interested bidders should note that the solicitation documentation will be available online around May 2025, and they must register with the System for Award Management to access the solicitation.
P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-1458 2nd Radio Battalion Complex, Phase 2, which includes a Parachute Maintenance Facility and a Supply Warehouse at Camp Lejeune, North Carolina. The project entails designing and constructing facilities that comply with Anti-Terrorism/Force Protection (ATFP) standards, featuring specialized construction elements such as reinforced concrete structures and advanced mechanical systems. This procurement is critical for enhancing military capabilities and ensuring operational efficiency within federally funded projects, with an estimated budget of approximately $18,030,800 and a completion timeline of 780 days post-award. Interested contractors must submit their proposals by May 7, 2025, and can direct inquiries to Mary Pool at mary.pool@navy.mil or by phone at 757-341-0559.
Manufacturing Lab Addition Between B331 B332 and Renovations, Lakehurst Naval Base, Joint Base-MDL, New Jersey
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Manufacturing Lab Addition and renovations to Buildings B331 and B332 at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project, which is set aside entirely for small businesses, aims to enhance laboratory facilities while ensuring compliance with various safety and building codes, including the International Building Code and National Fire Protection Association standards. The estimated project magnitude is between $5 million and $10 million, with bids due by May 22, 2025, at 2:00 PM EST. Interested contractors should direct inquiries to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil for further details on the submission process and requirements.
Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Georgia. The project encompasses the construction of an ARC training building, a Vehicle Maintenance Shop (VMS), and an Unheated Storage Building (USB), along with supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated construction cost between $25 million and $100 million and a contract duration of approximately 900 calendar days from the Notice to Proceed. Interested contractors must submit proposals electronically and are encouraged to contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil for further information, noting that funding is not currently available and no contract awards will be made until appropriated funds are secured.
SOURCES SOUGHT NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) at Joint Base Myer-Henderson Hall in Virginia. The project involves constructing standard design barracks to accommodate 200 soldiers, including essential facilities such as cybersecurity measures, fire protection systems, and energy monitoring controls, while also ensuring compliance with Department of Defense standards for antiterrorism and sustainability. This opportunity is significant for contractors experienced in large-scale construction projects, particularly in urban settings, with an estimated contract value between $100 million and $250 million. Interested parties must submit their qualifications by 11:00 AM EST on May 7, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email.