AATTC Trailer Reconfiguration
ID: W50S7G26RA002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NJ USPFO ACTIVITY MOANG 139SAINT JOSEPH, MO, 64503-9307, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army's 139th Mission Support Group, is seeking qualified small businesses to provide services for the AATTC South Trailer Reconfiguration project in Saint Joseph, Missouri. The project entails a comprehensive reconfiguration of existing trailers, including the transformation of a room into a network access café, installation of network access ports and cabling, relocation of a network cabinet, and various structural updates such as insulation and the installation of a new awning. This procurement is critical for enhancing operational capabilities and ensuring the functionality of the facility, with a contract duration of 30 days following the notice to proceed. Interested contractors must be registered in SAM.gov, with a contract value estimated between $25,000 and $100,000, and the solicitation expected to be issued on January 5, 2025, with quotes due approximately 17 days later. For further inquiries, contact MSgt Amanda Glise at amanda.glise@us.af.mil or Adam D. Danner at adam.danner.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The 139th Mission Support Group is issuing a Request for Quote (RFQ) for a single firm fixed-price contract for non-personal services for the AATTC South Trailer Reconfiguration project. This project involves updating an existing room into a network access café, relocating a network cabinet, installing a raceway system with CAT6 cabling, re-directing in-floor power, reconfiguring door access, installing a vapor barrier and insulation, and placing a new awning. Additionally, the project includes preparing North trailers for removal, structural inspection and repairs to existing decking, construction of new guardrails and stairs, and removal of cameras, low-voltage wiring, skirting, and access panels from North trailers. The contract duration is 30 days, set aside 100% for small businesses with NAICS Code 236220 and a size standard of $45,000,000. The construction magnitude is between $25,000 and $100,000. The solicitation is tentatively scheduled for January 5, 2025, with a pre-quote site visit around January 13, 2025, and quotes due approximately 17 calendar days after issuance. Interested contractors must be registered in SAM.gov, where all solicitation information will be available.
    Lifecycle
    Title
    Type
    Presolicitation
    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.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    FY26 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is forecasting several construction and repair contract opportunities at Jefferson Barracks Air National Guard Station in St. Louis, Missouri, for fiscal year 2026. The anticipated projects include constructing vehicle operations covered parking with rooftop solar panels, repairing the roof of Building 99, and various smaller repair initiatives across multiple buildings, with most projects set aside for small businesses. Interested vendors are encouraged to submit their SAM UEI number, bonding capacity, and a summary of their capabilities to the primary contacts, MSgt Joe Bernier and SMSgt Mark Phillips, via email, as there is no deadline for submissions. The projected contract values range from less than $25,000 to over $5 million, with updates to the opportunity provided periodically throughout the fiscal year.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Textile Warehouse Office Addition and Renovation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Textile Warehouse Office Addition and Renovation project at Fort Leavenworth, Kansas. This project involves the construction of a 1,280 square foot metal building office addition, a new recessed truck dock, and the renovation of mechanical, electrical, and fire protection systems, with an estimated contract value between $500,000 and $1,000,000. The selected contractor will be responsible for managing multiple task orders, ensuring compliance with safety and environmental regulations, and providing all necessary resources for successful project completion. Interested parties must register in SAM and submit inquiries via email to Mr. Felipe D. Zaragoza or Ms. Jennifer S. Walker, with the contract anticipated to be awarded in December 2025.
    MATOC WORK PLAN EXPANSION OF DOORSTOP PARKING APRON ON OSAN AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the MATOC Work Plan to expand the Doorstop Parking Apron at Osan Air Base. This project involves the repair or alteration of airfield structures, with a focus on enhancing operational capabilities at the base. The estimated contract value ranges from $1,000,000 to $5,000,000, and interested contractors are encouraged to attend a site visit on December 30, 2025, at 0930 hours. Proposals must be submitted by 1000 hours on the closing date of the RFP, and inquiries can be directed to Liam Smith at liam.d.smith2.mil@army.mil or Dong Kim at dong.h.kim49.mil@army.mil.
    10th SFG Austere Care and EMT Training
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Materiel Command at Fort Carson, Colorado, is seeking proposals for a Firm-Fixed-Price service contract to provide Austere Medical Care training for the 10th Special Forces Group (SFG). This training encompasses the Special Operations Forces Austere Medical Technician (SOFAMT) scope of practice, preparation for National EMT and/or NREMT-B certification, Tactical Combat Casualty Care (TCCC), and Prolonged Field Care, all to be conducted within 25 miles of Fort Carson. The contract is a 100% small business set-aside, with a total award amount of $16 million, and proposals are due by December 31, 2025, at 10:00 AM MST. Interested parties must have an active registration in the System for Award Management (SAM) and adhere to strict brand-name requirements, with questions due by December 26, 2025, at 10:00 AM MST, directed to SFC China Mathews at china.a.mathews.mil@army.mil.
    Synopsis W9128F26RA006 SAOC 35%-RTA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking architect-engineer services for the design of the Survivable Airborne Operations Center (SAOC) 2-Bay Maintenance Hangar at Offutt Air Force Base in Nebraska. This project entails a firm-fixed-price contract that requires the selected firm to deliver 35% of the design ready-to-advertise, which includes site investigations, geotechnical work, space planning, and construction documents for a hangar designed to accommodate two Boeing 747-8i aircraft, with an estimated construction cost exceeding $500 million. The procurement emphasizes the importance of specialized experience in large military hangar design, professional qualifications of key personnel, and past performance, with submissions due by January 30, 2026. Interested parties can reach out to Margarette Wolfe at margarette.e.wolfe@usace.army.mil or Jessica Jackson at jessica.r.jackson@usace.army.mil for further information.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation 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 solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.