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
    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
    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.
    Similar Opportunities
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The procurement is critical for supporting various military facilities and infrastructure, ensuring compliance with federal regulations and standards. Interested contractors must submit both price and non-price proposals by January 28, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.
    USACE SPK Design Build (DB) Construction, NSA-U Consolidation Mission Facility, Utah-Virtual Industry Day
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is hosting a Virtual Industry Day to discuss the Design Build (DB) construction of the NSA-U Consolidation Mission Facility in Utah. This project involves the design and construction of various facilities, including an administrative building, commons facility, parking structure, and vehicle control point, all adhering to Sensitive Compartmented Information Facility (SCIF) standards. The estimated construction cost ranges from $250 million to $500 million, with a completion timeline of 1,310 calendar days. Interested parties should RSVP by January 8, 2026, to participate in the event scheduled for January 14, 2026, from 9:00 AM to 11:00 AM Pacific Time, by contacting Natalia Gomez or Rachel L. Kinney via email.
    General Construction Multiple Award Construction Contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified small business contractors for a General Multiple Award Construction Contract (MACC) valued at up to $98 million over five years. This opportunity involves Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for general construction, maintenance, repair, renovation, alteration, and demolition projects primarily at NSWC IHD in Maryland, with potential work at other naval facilities across the United States. Interested contractors must submit a capabilities statement package, including a Contractor Information Form, by February 2, 2026, and can apply for either the Small Business General MACC or the 8(a) General MACC, but not both. For further inquiries, interested parties may contact Kirk Thorne at kirk.e.thorne.civ@us.navy.mil or by phone at 301-744-2596.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project aims to develop a multi-building complex that includes maintenance shops, warehouses, and covered storage areas for the 1st and 2nd Battalions, 10th Marines, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for enhancing operational capabilities and ensuring the readiness of the Marine Corps units stationed at the base. Proposals are due by January 14, 2026, at 2:00 PM EST, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    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.
    PATTON HALL NEW STRATEGIC ENGAGEMENT PLATFORM, 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 industry feedback for the design and construction of the Patton Hall New Strategic Engagement Platform at Joint Base Myer-Henderson Hall, Virginia. This project involves the demolition of the existing Patton Hall, which is beyond repair, and the construction of a new 70,600 square foot facility that will serve as a state-of-the-art conference and event center, adhering to various standards including antiterrorism measures, ADA compliance, and LEED Silver certification. Interested parties are encouraged to review the attached draft RFP and submit their feedback, with a response deadline of January 10, 2026, to the primary contact Robert Ferebee at robert.l.ferebee@usace.army.mil or secondary contact Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil.
    DESIGN-BUILD P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NSA NORFOLK, VA
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at NSA Norfolk, Virginia. This procurement aims to construct a facility valued between $100 million and $250 million, utilizing a two-phase selection process that evaluates technical approaches, past performance, and safety measures in Phase I, followed by technical solutions and pricing in Phase II for selected offerors. The project is critical for enhancing NATO operations and requires contractors with substantial experience in various construction types and robust safety plans. Interested parties must submit their proposals, including a completed Past Performance Questionnaire and relevant documentation, by the specified deadlines, with inquiries directed to Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.