Notice of Intent to Procure Construction Project Items on Brand Name or Brand Name or Equal Basis
ID: W9123625X16VXType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NORFOLKNORFOLK, VA, 23510-1096, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF TROOP HOUSING FACILITIES (Y1FC)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), Norfolk District, intends to procure specific components for a dormitory construction project at Joint Base Langley-Eustis, with a future solicitation anticipated in September 2025. The procurement will likely follow a sole-source or brand name basis due to the unique capabilities of certain manufacturers’ products, which are essential for meeting stringent operational requirements and ensuring compatibility with existing systems. This project includes advanced electric meters, communication devices, building automation control systems, and fire safety equipment, all crucial for adhering to Langley Installation Facility Standards. Interested parties are encouraged to submit their technical capabilities statements to Jacob Coody at jacob.w.coody@usace.army.mil or Nicholas Lizotte at nicholas.lizotte@usace.army.mil, with responses due by the specified deadline, although this notice is not a request for competitive proposals.

    Files
    Title
    Posted
    The document outlines the Furniture, Fixtures, and Equipment (FF&E) requirements for the dormitory project at Joint Base Langley-Eustis (JBLE), specifically Langley Air Force Base. It serves as a 100% Backcheck Submittal directed by the US Army Corps of Engineers, Norfolk District, encompassing detailed specifications for various furniture types and their installation. The primary aim is to create a supportive and durable interior environment that meets aesthetic and functional needs while adhering to military standards. Key sections include a general description of design criteria, narrative on interior design goals, and specific construction requirements for items like desks, seating, and dormitory case goods. Emphasis is placed on quality materials, ergonomic support, and compliance with various industry standards. Detailed descriptions are provided for each furniture type, including warranties, testing compliance, and environmental considerations. The document encapsulates the government’s procurement process for FF&E, ensuring that contractors understand the technical and performance standards necessary for submission and compliance. It is a vital aspect of the RFP process, reflecting efforts to meet operational and comfort needs in military living environments.
    The U.S. Army Corps of Engineers (USACE), Norfolk District, intends to procure specific components for a dormitory construction project at Joint Base Langley-Eustis, estimated for a future solicitation in September 2025. The notice outlines that the procurement will likely follow a sole-source or brand name basis due to the unique capabilities of certain manufacturers’ products, which align with strict operational requirements for system compatibility and quality. The components include advanced electric meters from Electro Industries and Schneider Electric, various communication devices, building automation control systems, and fire safety equipment, all deemed essential to meet Langley Installation Facility Standards. This notice serves as a market research tool, inviting potential sources to demonstrate their capabilities, although it clarifies that it is not a request for competitive proposals. Responses must be submitted by the specified deadline for consideration, and the decision to move forward with the procurement remains at the government's discretion, reinforcing its commitment to ensuring compatibility and operational efficiency in the forthcoming project.
    The document is a "Sources Sought Bidder Information Form" for solicitation number W9123625X16VX, dated May 9, 2025, focusing on federal contract opportunities under the NAICS code 236220, which pertains to commercial and institutional building construction. It collects essential contractor information, including name, address, contact details, bonding capabilities, and business size classification. The form allows contractors to indicate whether they fall under various disadvantaged categories, such as 8(a) Small Business, HUBZone, Veteran-Owned, and Women-Owned Small Businesses. This data collection aims to promote participation from diverse business entities in government contracts, aligning with federal initiatives to enhance small business engagement in procurement processes. Overall, the document serves as a tool for the government to identify potential contractors meeting specific socio-economic criteria for upcoming projects.
    Similar Opportunities
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    Justification and Approval to Sole Source of Construction of the Paint Shop integrated into Battalion Complex Phase II and III project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to sole source the construction of a paint shop integrated into the Battalion Complex Phase II and III project at Joint Base Langley Eustis (JBLE), Virginia. This construction effort involves the establishment of a paint shop that will be incorporated into the facilities at the east end of the Hangar currently under construction as part of Contract No. W91236-20-C-2025. The project is critical for enhancing operational capabilities at the base, ensuring that the necessary facilities for maintenance and operations are available. Interested parties can reach out to primary contact Dariya M. Walker at dariya.m.walker@usace.army.mil or by phone at 757-201-7748, or secondary contact Katya Oxley at ekaterina.oxley@usace.army.mil or 757-201-7026 for further details.
    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.
    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.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    Sole Source Synopsis J&A related to Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, intends to award a sole-source contract modification to Roadhouse-Tepa JV for additional services related to the construction of the Joint Cryptological Center at Buckley Space Force Base, Colorado. The modification will involve revising a portion of the inside plant cabling, which is critical for completing the final construction and ensuring the facility meets the training requirements of the user. This procurement is deemed necessary as only one source can fulfill the requirement without incurring substantial duplication of costs that would not be recovered through competition. Interested parties may submit a capability statement by December 31, 2025, at 2 PM CT, and should direct their inquiries to Amanda Eaton and Margarette Wolfe via email.
    NAO HQ Emergency Operations Center Repairs and Upgrades
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to solicit bids for the repair and upgrade of the NAO HQ Emergency Operations Center located in Norfolk, Virginia. The project aims to establish a fully functional Emergency Operations Center (EOC) that will support the District Commander in responding to various emergencies, requiring comprehensive interior renovations, installation of backup power systems, and procurement of necessary furniture and equipment. This procurement is a total small business set-aside, with an estimated construction value between $1 million and $5 million, and the solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website around January 2026. Interested contractors should monitor the PIEE website for updates and are encouraged to contact Amy Coody or Tiffany Kirtsey for further inquiries.
    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.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    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.