Construction: Cyber National Mission Force Mission Operations Building (CNMF MOF), Fort George G. Meade, MD (FY27)
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 MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 3:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 9:08 PM UTC
The document outlines a Statement of Affiliation form required from offerors participating in federal contracts, particularly those involving national security. It begins by collecting basic identification details of the offeror, including whether they hold a DoD Facility Security Clearance (FSC). Offerors must respond to a series of questions assessing foreign ownership and affiliations, which include inquiries about the percentage of foreign interest in equity or capital commitments, board memberships, and potential influences on governance. Key areas of focus are the identification of foreign interests, any contractual arrangements involving foreign entities, and financial obligations that might affect the offeror's independence. The aim is to ascertain the extent to which foreign entities may control or influence the offeror, impacting classified or sensitive programs. Offerors are instructed to provide complete transparency regarding foreign affiliations, ensuring compliance with national security requirements. Finally, the form must be signed by a senior official of the company, emphasizing the document's importance in safeguarding national interests. This form reflects the federal government's commitment to mitigate risks associated with foreign involvement in defense contracts.
Lifecycle
Similar Opportunities
W912HN25B4004 Project No.: 88726 CONSTRUCT CYBER - DOD INFORMATION NETWORK FACILITY MCA3
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the construction of a Cyber and DOD Information Network Facility at Fort Eisenhower, Georgia, under Invitation for Bid W912HN25B4004. This project aims to establish a state-of-the-art training facility for signal and cyberspace operations, featuring classrooms, instructional labs, administrative spaces, and various support facilities, all designed to meet the Army's General Instruction Buildings standards. The contract, which is a Firm-Fixed-Price type, has an estimated value between $100 million and $250 million, with bids due by May 1, 2025, at 11:00 AM EDT, and a performance period of 1,324 calendar days post-award. Interested contractors should contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to participate.
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
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.
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.
Multiple Award Construction Contract (MACC) - Large Scale Military Projects
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This contract encompasses Design-Build and Design-Bid-Build projects, primarily involving general construction activities such as new construction, renovation, and infrastructure improvements for various facility types, including administrative, medical, and training facilities. The total contract value is capped at $8 billion over an eight-year period, with a two-year base and two additional three-year option periods, emphasizing the government's commitment to enhancing military infrastructure. Interested contractors must submit their proposals by May 6, 2025, and can reach out to Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further inquiries.
P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
Buyer not available
The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated as N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and will be awarded to selected contractors from a list of MACC holders, with electronic submissions due by February 25, 2025. Interested parties should direct inquiries to Lindsay Brown or Damila Adams, and a pre-proposal conference is scheduled for January 29, 2025, emphasizing the need for compliance with wage determinations and bonding requirements throughout the project lifecycle.
PN 86027 SOF Mackall Company Operations Facilities
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting bids for the construction of two Special Operation Forces (SOF) Company Operations Facilities at Camp Mackall, North Carolina. This project includes the development of company administrative and readiness modules, featuring multi-purpose rooms designed to support operational readiness and administrative functions. The construction of these facilities is crucial for enhancing the capabilities and efficiency of SOF units stationed at the camp. Interested contractors can reach out to primary contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or by phone at 910-251-4711, or secondary contact John Hill at john.t.hill@usace.army.mil or 910-251-4451 for further details. The solicitation notice has been updated to W912PM25BX006, and it is important to note that there is an ongoing system error affecting access to related documents.
MDA VBIV Ground Test Facility Infrastructure
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking contractors for the MDA VBIV Ground Test Facility Infrastructure project. This procurement involves the construction of commercial and institutional buildings, specifically aimed at enhancing the infrastructure necessary for ground testing operations. The successful contractor will play a crucial role in supporting defense initiatives by providing essential facilities that contribute to military readiness and operational capabilities. Interested parties can reach out to Stephanie Scalise at stephanie.m.scalise@usace.army.mil or call 251-690-2478 for further details, while Jessica Raulerson is also available at jessica.raulerson@usace.army.mil or 251-690-2486 for additional inquiries.
FY26 Ft. Campbell UEPH Barracks - Fort Campbell, KY
Buyer not available
The Department of Defense, through the Department of the Army, is conducting a market survey for the construction of a barracks at Fort Campbell, Kentucky, designed to accommodate 312 unaccompanied enlisted personnel. The project involves constructing a standard design barracks with various facilities, including living quarters, baths, and service areas, while also incorporating essential systems for fire protection, energy monitoring, and antiterrorism measures. This opportunity is significant for small businesses, particularly those certified as HUBZone, 8(a), Woman-Owned, or Service-Disabled Veteran Owned, as the government aims to determine interest for potential set-asides. Interested firms must respond by May 5, 2025, with a detailed submission that includes company verification, project experience, and bonding documentation, and can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil for further information. The estimated contract value ranges from $100 million to $250 million, with a duration of approximately 730 calendar days.
FORT MCCOY REPAIR BUILDING 100
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command at Fort McCoy, Wisconsin, is conducting market research for the renovation of Building 100. This project requires qualified contractors to provide all necessary labor, materials, facilities, and equipment, with an estimated project magnitude between $1,000,000 and $5,000,000. The government aims to set aside this procurement for small businesses, contingent upon receiving sufficient responses from qualified firms, including those in various socioeconomic categories. Interested parties must submit their responses by 09:00 AM Central Time on April 30, 2025, to Todd Dempsey at todd.a.dempsey.civ@army.mil, including specific information about their capabilities and business status.
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 Marine Corps Base, 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. With a budget of approximately $18,030,800 and an estimated 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 call 757-341-0559.