Mosul Facility Security Enhancements; Mosul, Iraq
ID: W5J9JE25R0008Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF PENAL FACILITIES (Y1FF)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for security enhancements at a facility located in Mosul, Iraq. The primary objective of this procurement is to implement necessary repairs and alterations to penal facilities, as outlined in the updated design package and generator information provided in the amendment. These enhancements are critical for ensuring the safety and security of the facility, which plays a vital role in the region's stability. Interested contractors can reach out to Michael Getz at michael.j.getz@usace.army.mil or Valerie Murphy at valerie.e.murphy@usace.army.mil for further details, with all terms and conditions remaining unchanged from the previous solicitations.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) has issued a pre-solicitation notice for Request for Proposal (RFP) W5J9JE25R0008, focused on enhancing security at a facility in Mosul, Iraq. This notice indicates that the solicitation is forthcoming and no proposals are currently being accepted. The project entails constructing two guard towers, installing Interlocking Alaska Barriers, and connecting an existing generator to the facility's electrical system, requiring comprehensive labor, equipment, and materials. The contract will be negotiated under FAR Part 15, aiming for a firm-fixed-price contract on a competitive basis, utilizing a Lowest Price Technically Acceptable (LPTA) process. The anticipated contract capacity is $50 million, structured over a five-year period with one base year and four optional years. The solicitation is expected to be released on or around July 1, 2025, with a closing date around August 2, 2025. Prospective bidders must register at the System for Award Management (SAM) and the Joint Contingency Contracting System (JCCS) to qualify. All proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE), as no paper submissions will be accepted. For further information, contractors are directed to contact the designated contracting officer or specialist.
    The U.S. Army Corps of Engineers (USACE) plans to issue a pre-solicitation notice for Request for Proposal (RFP) W5J9JE25R0008 concerning security enhancements at the Mosul Facility in Iraq. This upcoming RFP will be for a firm fixed price, design-bid-build construction contract, involving the construction of two guard towers, installation of interlocking Alaska barriers, and integrating a 500 KVA generator into the facility's electrical system. The acquisition will follow FAR Part 15 guidelines and be solicited on a full and open basis using the Lowest Price Technically Acceptable (LPTA) method. The anticipated solicitation release date is around July 1, 2025, with proposals due by August 2, 2025. Interested contractors must register with the System for Award Management (SAM) and the Joint Contingency Contracting System (JCCS). The solicitation will be available electronically on sam.gov and the Procurement Integrated Enterprise Environment (PIEE) platform, with no paper copies issued. Key contacts for the proposal process are provided, ensuring compliance with registration requirements is crucial for eligibility.
    Lifecycle
    Similar Opportunities
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    Cybersecurity Operations Facility
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the construction of a new Cybersecurity Operations Facility at Fort Meade, Maryland. This facility will serve the Navy and Marines, featuring secure open office spaces, operational areas, a large server area, and various mission support areas including training and collaborative spaces. The project is significant for enhancing cybersecurity operations and infrastructure, with a firm fixed-price contract structure. Interested contractors should note that the proposal due date has been extended to January 6, 2026, and can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    FY26 HESSEN BAVARIA DB SATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the FY26 HESSEN BAVARIA DB SATOC, a firm fixed price, indefinite delivery/indefinite quantity contract focused on design-build construction projects in the States of Bavaria and Hessen, Germany. This contract will encompass facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects, emphasizing the need for efficient and effective construction services. The selected contractor will play a crucial role in maintaining and enhancing military facilities, ensuring they meet operational requirements. Interested parties should reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    Patton Hall New Strategic Engagement Platform Joint Base Myer-Henderson Hall, Virginia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is hosting an Industry Day for the Patton Hall New Strategic Engagement Platform project at Joint Base Myer-Henderson Hall, Virginia. This procurement involves a competitive design-build project aimed at constructing a new Strategic Engagement Center, which includes the demolition of Building 214 while preserving the historic Jailhouse, with a focus on innovative solutions and performance-based requirements. The project is significant for enhancing operational capabilities and public engagement at the base, with a two-phase selection process planned for FY25 and contract award anticipated in FY26-FY27. Interested parties must register by October 30, 2025, and can contact Robert Ferebee at robert.l.ferebee@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    PATTON HALL COMMUNITY CLUB & CONFERENCE CENTER, 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 capability statements from qualified firms for the construction of the Patton Hall Community Club and Conference Center at Joint Base Myer-Henderson Hall in Fort Myer, Virginia. The project involves a Design-Build Firm-Fixed-Price (FFP) contract for a new 70,600 square foot facility, including the demolition of an existing building, with a construction budget estimated between $50 million and $100 million. This procurement is critical for enhancing community and conference capabilities at the base, and interested parties must submit their responses by 11:00 AM EST on July 18, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email, referencing the Sources Sought Notice number W912DR25R17WQ.
    TF SAFE/UFC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is conducting a Sources Sought announcement to identify potential contractors for the Task Force Safety Assessments of Fire and Electricity/Unified Facilities Criteria Assessment (TF SAFE/UFC) in the CENTCOM Area of Responsibility (AOR), specifically in Kuwait. The procurement aims to acquire electrical assessment and repair services, focusing on low-voltage electrical systems and facility evaluations to mitigate life, health, and safety hazards, with services including inspections, testing, reporting, and training. This opportunity is crucial for ensuring compliance with Unified Facilities Criteria (UFC) and maintaining safety standards in military facilities. Interested parties are invited to submit a Statement of Capabilities by 10:00 AM ET on January 5, 2026, to the Contracting Officer, Peter Smith, at peter.s.smith@usace.army.mil, and Contract Specialist Stephanie Langhorne at stephanie.l.langhorne@usace.army.mil.
    W912ER26BA001 P181/P183 Solar Photovoltaic Microgrid
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking experienced construction contractors for the W912ER26BA001 project, which involves the installation of a 1000-kilowatt solar photovoltaic microgrid at Isa Air Base in Bahrain. The project encompasses the construction of solar panels, inverters, battery storage systems, and associated electrical and utility infrastructure, with a focus on creating a renewable energy system that integrates with the base's primary electrical distribution grid. This initiative is crucial for enhancing energy resilience at military installations, particularly in remote locations. Interested prime contractors are encouraged to submit a capabilities package to Ms. Millicent Kaczmarzewski and Mr. Christopher Hunt by providing detailed company information and relevant experience, with the project estimated to cost between $10 million and $25 million and a performance period of approximately 617 days.
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.