Controlled Humidity Warehouse at Red River Army Depot (RRAD), Texas
ID: PANSWD24P0000003216Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST FT WORTHFORT WORTH, TX, 76102-6124, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, Fort Worth District, is conducting a Sources Sought notice for a construction project to build a Controlled Humidity Warehouse at the Red River Army Depot in New Boston, Texas. This project involves the design and construction of a 6,100 square-foot climate-controlled facility specifically for the storage of rubber materials, which must be maintained at a temperature of 64°F, and includes essential infrastructure such as a backup generator and site access improvements. The estimated contract value ranges from $1 million to $9 million, and interested small businesses, including those certified as HUBZone, Service-Disabled Veteran-Owned, and Women-Owned, are encouraged to submit their qualifications and past project experiences by April 11, 2025, to Shenika Lewis at shenika.m.lewis@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Fort Worth District, has issued a Sources Sought Notice regarding a potential construction project for a Controlled Humidity Warehouse at the Red River Army Depot in Texas. This notice serves as a market research tool to gauge small business interest and capabilities for a Design-Bid-Build construction project valued between $1 million and $9 million. The facility will require climate control to maintain a temperature of 64°F for rubber storage, along with necessary infrastructure such as a backup generator and site access improvements. Interested small businesses, including those certified as HUBZone, SDVOSB, and WOSB, are encouraged to respond with their past project experiences and capabilities by April 11, 2025. Responses should detail previous relevant projects, indicate interest in the potential bid, and clarify if submissions will be made as prime contractors or in joint ventures. The documentation highlights compliance with various safety and legal requirements and emphasizes the Government's intention to ensure adequate competition among capable small firms. Overall, this notice aims to inform potential bidders while establishing an initial understanding of market viability for this project.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Border Patrol Station-Freer, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.
    Staging/Marshaling Area
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Staging/Marshaling Area at Fort Hood, Texas. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is designated as a Total Small Business Set-Aside under FAR 19.5. The construction of this facility is critical for supporting military operations and logistics, ensuring efficient staging and marshaling of equipment and personnel. Interested contractors should reach out to Jacqueline Cole at jacqueline.j.cole@usace.army.mil or call 314-526-1002 for further details, as the presolicitation notice indicates that additional project specifics are available in the attached documentation.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    LARGE AREA FACILITY DESIGN BUILD CONSTRUCTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the design and construction of a Large Area Facility at Tobyhanna, Pennsylvania. The project entails constructing a 90' x 75' clear span structure with a minimum height of 40 feet, designed to support mission requirements with specific features such as large overhead doors, flush work floors, and comprehensive utility systems. This facility is crucial for accommodating both general and mission-specific operations, ensuring a lifespan of at least 40 years in compliance with DoD standards. Interested contractors must submit their capability statements, including evidence of relevant past performance and the ability to self-perform at least 50% of the contract, by December 12, 2025. For further inquiries, potential offerors can contact Brian Cox at brian.w.cox@usace.army.mil or Cherita Williams at cherita.l.williams@usace.army.mil.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    F35 3-Bay Hangar at Ebbing ANGB, Fort Smith, AR.
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of a 25,000 square foot, 3-bay aircraft maintenance hangar at Ebbing Air National Guard Base in Fort Smith, Arkansas. This project aims to support the beddown of the F-35 aircraft, highlighting its strategic importance to military operations. The procurement will follow a best value trade-off method as outlined in FAR Part 15, with an estimated construction cost between $25 million and $100 million. Interested contractors can reach out to Melissa Hyslop at melissa.d.hyslop@usace.army.mil or Brian Welch at brian.j.welch@usace.army.mil for further details.
    FY26 Harlingen Placement Area (PA)13 and 10 Improvements
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Galveston District, is seeking information from industry regarding the FY26 Harlingen Placement Area (PA)13 and 10 Improvements project. This sources sought announcement aims to gather insights on the capabilities and qualifications of potential contractors for construction work that includes raising a channel, installing inlet structures, and performing shoreline protection, with an estimated construction price range between $1,000,000 and $5,000,000. The project is critical for maintaining dredging facilities and ensuring compliance with safety and health regulations, with a performance period of 190 calendar days after the Notice to Proceed. Interested firms must respond by December 17, 2026, and can direct inquiries to Wes Baskovic at wesley.n.baskovic@usace.army.mil or Curtis Cole Jr. at curtis.cole@usace.army.mil.