Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
ID: W9128F25RA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, 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, 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.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Replace UST Manway Sump & Concrete
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the project titled "Replace UST Manway Sump & Concrete" at F.E. Warren Air Force Base in Wyoming. This project involves the removal and replacement of an underground fuel storage tank monitoring manway, spill bucket, and associated concrete, requiring contractors to provide all necessary materials, labor, and transportation while adhering to a strict 90-day performance period. The work is critical for maintaining environmental compliance and operational security, as it involves upgrading essential infrastructure related to leaking underground storage tank support. Interested parties should contact Natalie Martinez at natalie.martinez.6@us.af.mil or Arthur Makekau at arthur.makekau@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    B-21 West Alert Apron Environmental Protection Shelters at Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the construction of environmental protection shelters at Ellsworth Air Force Base (AFB) in South Dakota. This project involves the construction of specialized structures designed to protect the B-21 West Alert Apron, which is crucial for maintaining operational readiness and environmental compliance. Interested contractors should note that the procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, with a presolicitation notice currently available. For further inquiries, potential bidders can contact Margarette Wolfe at margarette.e.wolfe@usace.army.mil or by phone at 402-995-2063.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for the B-21 aircraft, reflecting the military's commitment to maintaining advanced operational readiness. The solicitation has been amended to update wage determinations and revise the proposal due date to February 5, 2026, at 1400 CT. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update provisions and clauses, revise wage determinations, and extend the proposal submission deadline to February 6, 2026, at 1400 Central Time. The project falls under the NAICS code 237130, focusing on the construction of power and communication line structures, which are critical for ensuring operational efficiency and reliability at military installations. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil for further information regarding the solicitation.
    Y810 Maintenance Building Construction
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking proposals for the construction of a Y810 Maintenance Building in Aiken, South Carolina. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to fulfill essential infrastructure needs for military operations. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with no other transmission methods accepted. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration, and they can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further information.
    B-21 60 Row South- Environmental Protection Shelters (EPS) at Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the construction of Environmental Protection Shelters (EPS) at Ellsworth Air Force Base (AFB) in South Dakota. This procurement aims to provide essential infrastructure that supports environmental protection measures at the base, ensuring compliance with safety and environmental regulations. 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 parties can reach out to Margarette Wolfe at margarette.e.wolfe@usace.army.mil or by phone at 402-995-2063 for further details, with the presolicitation notice updated as of December 30, 2025.
    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.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    Fuels Management Services at Malmstrom Air Force Base, MT and FE Warren Air Force Base, WY
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for fuels management services at Malmstrom Air Force Base in Montana and FE Warren Air Force Base in Wyoming. The procurement aims to secure bulk storage services, retail service station support, and comprehensive fuels management operations at two Government-Owned, Contractor-Operated (GOCO) facilities, ensuring safe and efficient handling of petroleum products while adhering to environmental and safety regulations. This opportunity is exclusively set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 493190, with the RFP anticipated to be released on February 26, 2026, and proposals due approximately 40 days thereafter. Interested firms should contact Carlos J. Vidro Martinez or Sonja Rocks for further information and must be registered in the System for Award Management (SAM) to submit proposals.