Construction of B-21 Worldwide Warehouse Redistribution Service (WRSS) Armament Storage, Whiteman Air Force Base, Missouri.
ID: PANNWD-24-P-0000-001772Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER AIRFIELD STRUCTURES (Y1BZ)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking qualified contractors for the construction of the B-21 Worldwide Warehouse Redistribution Service (WRSS) Armament Storage at Whiteman Air Force Base, Missouri. This project involves a Design-Bid-Build (DBB) contract for the construction of an addition to an existing facility, requiring modifications to various utility systems to ensure a complete and functional armament storage facility. The anticipated contract value is between $10 million and $25 million, with a total small business set-aside, and interested parties must submit their qualifications by March 28, 2025, to David Miller at david.f.miller@usace.army.mil. A webinar will be held for interested contractors, and registration details are available upon request.

    Files
    No associated files provided.
    Similar Opportunities
    Construction of B-21 Radio Frequency (RF) Hangar, Whiteman Air Force Base, Missouri
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified contractors for the construction of a new B-21 Radio Frequency (RF) Hangar at Whiteman Air Force Base in Missouri. This Design-Bid-Build (DBB) contract will involve the creation of a facility encompassing 5,345 square meters (57,532 square feet) that includes both unclassified and classified spaces, along with supporting infrastructure such as utilities and site improvements. The project is significant for enhancing military capabilities and is estimated to have a contract value between $25 million and $100 million. Interested firms must submit their qualifications by March 28, 2025, and can direct inquiries to David Miller at david.f.miller@usace.army.mil or Michael France at michael.g.france@usace.army.mil.
    B 375 Install Vehicle Storage Shed
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the installation of a vehicle storage shed (Building 375) at Columbus Air Force Base in Mississippi. This project involves the design and construction of a 15-foot-high, 36-foot-wide, and approximately 180-foot-long metal shed to protect maintenance vehicles from environmental damage, requiring compliance with national and local building codes and safety standards. The estimated contract value ranges from $1,000,000 to $5,000,000, and interested small businesses must submit their qualifications, including relevant experience and bonding capacity, by March 24, 2025. For further inquiries, potential bidders can contact Jaelin Bankhead at carlius.bankhead@us.af.mil or call 662-434-3292.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Maintenance Hangar at March Air Reserve Base in California. This Design-Bid-Build project aims to enhance military readiness by providing a facility for maintenance operations, including administrative offices and storage for the KC-46A aircraft, with an estimated project cost ranging from $100 million to $250 million. The project underscores the importance of adhering to strict environmental guidelines and safety standards, particularly concerning hazardous materials, while ensuring compliance with federal regulations throughout the construction process. Interested contractors should contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil, with proposals due by March 25, 2025, following a scheduled site visit on January 29, 2025.
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    FY25 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Buyer not available
    The Department of Defense, through the 131st Mission Support Group Contracting Office, is forecasting upcoming construction and repair contract opportunities at Jefferson Barracks Air National Guard Station in St. Louis, Missouri. The projects include the construction of a storage shed, vehicle operations covered parking, roof repairs for multiple buildings, and the replacement of a boiler system with a ground source heat pump, among others, with estimated values ranging from $25,000 to $5 million. These contracts are crucial for maintaining and enhancing the operational capabilities of the facility, and all interested small businesses are encouraged to follow the notice for updates and to join the interested vendors list. For further inquiries, interested parties can contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or by phone at 314-527-8033.
    B-21 East Alert Apron
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the B-21 East Alert Apron at the Omaha District. This project involves the construction of airfield structures, which are critical for supporting military operations and enhancing airfield capabilities. The procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized under the PSC code Y1BZ for construction of other airfield structures. Interested contractors can reach out to Gloria Garside at gloria.garside@usace.army.mil or call 402-995-2585, or contact Brittany Gull at brittany.c.gull@usace.army.mil or 402-995-2144 for further details.
    B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is soliciting proposals for the B-21 LRS Fuels Admin/Lab and Refueler Truck Yard project. This procurement aims to engage contractors for the construction of facilities related to fuel administration and refueling operations, categorized under the NAICS code 236220 for Commercial and Institutional Building Construction. The project is significant for ensuring the operational readiness and efficiency of military fuel logistics. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Jesus Floriano at Jesus.J.Floriano@usace.army.mil or 817-228-6845.
    B-21 60 Row Environmental Protection Shelters - North
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is soliciting bids for the construction of B-21 60 Row Environmental Protection Shelters in the northern region. This procurement aims to provide essential environmental protection structures that support the operational readiness and safety of military aircraft. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is categorized under the PSC code Y1BZ for the construction of other airfield structures. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584, or Jessica Jackson at jessica.r.jackson@usace.army.mil or 402-995-2052 for further details.
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking information from qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This initiative aims to replace the aging Minuteman III infrastructure launch facilities, with the project anticipated to encompass military construction across five states and involve the construction of 450 new launch facilities over a vast area of 40,000 square miles. The estimated construction magnitude exceeds $500 million, with a total project value projected between $5 billion and $10 billion, and responses to the Sources Sought Notice are due by 2:00 PM MDT on March 20, 2025. Interested contractors are encouraged to submit capability statements and can contact Jeremy Grimley or Peggy Japngie Lizotte for further information.
    Design/Bid/Build-Taxiway-Westover Air Reserve Base,MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking small business contractors for a Design/Bid/Build project to construct a new taxiway at Westover Air Reserve Base in Massachusetts. The project involves the construction of a 3,816-foot-long by 75-foot-wide Portland cement concrete taxiway extension, including necessary earthwork, grading, drainage, utility relocations, and airfield lighting, to support C-5M aircraft and global airlift missions. This opportunity is crucial for enhancing airfield operations and ensuring maintenance capabilities for military aircraft. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by March 21, 2025, with a submission that includes company verification, project experience, and bonding documentation, to Kellsie Peacher at kellsie.a.peacher@usace.army.mil. The estimated contract value ranges from $25 million to $100 million, with a project duration of approximately 625 calendar days.