403873 FLW AIT Barracks Complex II Phase 2
ID: W912DQ25RA004Type: Solicitation
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 TROOP HOUSING FACILITIES (Y1FC)
Timeline
    Description

    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.

    Files
    Title
    Posted
    A pre-bid site visit for the AIT Phase II project involves multiple representatives from KCI Construction, Clark Construction Group, Carris Builders, and the US Army Corps of Engineers. The meeting will take place on October 2, 2025, and includes a detailed list of participants along with their contact information. Notable attendees include Casey Bolich, PM for NWK USACE, and various project managers and superintendents from the listed companies.
    This Request for Proposal (RFP) for the "Construct FLW AIT Barracks Phase 2" project at Fort Leonard Wood, MO, seeks proposals for a single firm-fixed-price design-bid-build construction contract. The project, valued between $100,000,000 and $250,000,000, is open to both large and small businesses, with a required Project Labor Agreement. Proposals must be submitted electronically via the PIEE Solicitation Portal and adhere to strict formatting and content requirements across five volumes: Pro Forma, Performance Confidence, Technical Proposal, Small Business Participation, and Price. Evaluation factors prioritize non-price factors (Performance Confidence, Management Approach, Technical Approach, Small Business Participation) over price, with Performance Confidence being the most critical. Offerors must demonstrate recent and relevant experience, a sound management and technical approach, and a strong commitment to small business participation. The government reserves the right to award without discussions but plans to hold them. Technical inquiries are to be submitted through ProjNet.
    The Advanced Individual Training (AIT) Barracks/Company Operations Facility (B/COF) in Fort Leonard Wood, Missouri, is a six-story, 180,500 SF structure. It includes 150 two-person and 160 three-person dwellings, multipurpose rooms, learning labs, day rooms, laundry, administrative spaces, and storage. The sixth floor is an unoccupied mechanical room. The project adheres to IBC, NFPA, and UFC codes for fire protection, life safety, and construction. Key fire safety features include an automatic wet pipe sprinkler system, a new fire alarm control panel with remote annunciator and mass notification interface, and emergency lighting and exit signs. The building is designed as Type IB construction, fully-sprinklered, and classified as Residential-Dormitory (R-2). Egress arrangements, occupant loads, and exit signage comply with NFPA 101 requirements. Fire extinguishers are installed per IBC, NFPA 10, and UFC 3-600-01. The fire alarm and mass notification systems use separate transceivers and antennas, report to the D-21 system, and share speakers and visual alert appliances.
    The government file details site conditions for a construction project, outlining areas designated for administrative and subcontractor trailers, parking, and laydown. Key features include a concrete dock and three-phase power availability. The document also highlights critical site deficiencies, such as a gap in the fence that needs to be secured or a new fence constructed around a small parking area for Vet Clinic staff. Another gated entrance also needs to be closed. These details suggest the site requires significant preparation and security enhancements to support ongoing operations and ensure safety for personnel.
    The document details the geographical location of a site approximately four miles from the Fort Leonard Wood visitors center in St. Robert, Missouri. The site is situated near Z Highway (Old Route 66) and south of Interstate 44. This information is crucial for any federal, state, or local RFPs, grants, or similar government solicitations that require precise location details for project planning, logistics, or operational purposes.
    This government file outlines the process for submitting technical inquiries and questions related to solicitation number W912DQ25RA004 through the ProjNet Bidder Inquiry system. Prospective offerors must use the provided Bidder Inquiry Key (P9P92Z-WB37UC FAITP6-5PWPC2) and follow specific instructions for first-time and future access. Key steps include selecting "USACE" as the agency, entering the Bidder Inquiry Key, and creating a user account with a secret question and answer for security. It is crucial to note that only one question per inquiry is permitted, and inquiries with multiple questions will be rejected. This process ensures a structured and managed approach to addressing technical queries for the solicitation.
    This document outlines the updated relevancy criteria for project experience under Factor 1: Performance Confidence, for federal government RFPs, specifically Section 00 21 16 Instruction to Proposers. Key changes include a revised escalation factor of 3.5% (previously 10%) for projects valued at $90,000,000 or greater. Projects must demonstrate experience in new construction of multi-story (3+ stories), multi-unit dwelling buildings (e.g., barracks, hotels), adherence to DoD criteria and Unified Facilities Guide Specifications (UFGS), compliance with USACE Contractor Construction Quality Management, and experience in constricted settings without disrupting nearby housing.
    This government solicitation amendment, W912DQ25RA0040004, modifies an RFP for a Firm-Fixed-Price Design Bid-Build Contract. Key changes include removing the Project Labor Agreement (PLA) requirement and extending the proposal due date to January 23, 2026. The project, valued between $100M and $250M, is open to all businesses under NAICS code 236220. Proposals must be submitted electronically via the PIEE system and conform to specific formatting and content requirements across five volumes: Pro Forma, Performance Confidence, Management Approach, Technical Approach, and Small Business Participation. Evaluation prioritizes non-price factors, with Performance Confidence being the most important, followed by Management Approach, Technical Approach, and Small Business Participation. Price is also a factor, but less so than combined non-price factors. Small business offerors receive the maximum rating for participation, while others must submit a plan. The document details submission instructions, evaluation criteria, and methods for inquiries.
    This document is an amendment to a Request for Proposal (RFP) for a Firm-Fixed-Price (FFP) Design Bid-Build Contract for commercial and institutional building construction, valued between $100,000,000 and $250,000,000. The key changes include removing the requirement for a Project Labor Agreement (PLA) and extending the proposal due date to January 23, 2026. The RFP outlines detailed submission requirements for proposals, organized into five volumes: Pro Forma, Performance Confidence, Technical Proposal, Small Business Participation, and Price. It emphasizes the importance of acknowledging amendments, adhering to formatting guidelines, and submitting proposals electronically via the PIEE system. The document also details the evaluation criteria, with non-price factors (Performance Confidence, Management Approach, Technical Approach, Small Business Participation) being significantly more important than price, though price can become a controlling factor if technical merits are equal. Joint ventures and teaming arrangements must provide specific documentation. Inquiries are to be submitted via ProjNet, with a cutoff date for new inquiries of December 19, 2025. This amendment ensures clarity and updates for interested offerors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) facility designed to support maintenance and operations training, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days under a design-bid-build approach. Interested contractors can reach out to Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details, noting that the project is subject to potential delays or revisions prior to award.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking capabilities from both Small and Large Businesses for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This significant project, estimated to exceed $500 million, is part of the Academic Building Upgrade Program aimed at modernizing academic facilities and addressing a critical shortage of instructional space. The scope includes the demolition of a 1955 addition, rehabilitation of the original 1911 structure, and the construction of a modern facility that will house various academic, administrative, and support spaces, along with updated building systems and site improvements. Interested firms must submit their responses, including qualifications and experience, by January 2, 2026, to Brian Mannion at brian.t.mannion@usace.army.mil.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Dept Of Defense
    The Department of Defense, through the Army's Mission and Installation Contracting Command, is seeking qualified contractors to provide Base Operations Support Services (BASOPS) at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area. The procurement aims to secure non-personal, performance-based services including facility maintenance, utility operations, and grounds management, with a focus on achieving fair market pricing. These services are critical for maintaining operational readiness and supporting military training objectives. Interested Federally Certified 8(a) firms must submit their capabilities and relevant experience electronically by December 12, 2023, to the primary contact, Samuel J. Colton, at samuel.j.colton.civ@army.mil, or the secondary contact, Christopher Weber, at christopher.weber11.civ@army.mil.
    AATTC Trailer Reconfiguration
    Dept Of Defense
    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.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide base operations support services at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area (LORA). The procurement encompasses a range of services including maintenance and operation of facilities, utility systems, grounds maintenance, and support for special events, all critical for the effective functioning of military training missions. This contract is vital as it supports the infrastructure used by joint forces and international allies, ensuring operational readiness and reliability. Interested parties should note that the anticipated issuance of a draft solicitation is set for January 16, 2026, and inquiries should be directed to Samuel J. Colton or Christopher Weber via their respective emails.
    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.
    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.
    PATTON HALL NEW STRATEGIC ENGAGEMENT PLATFORM, 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 industry feedback for the design and construction of the Patton Hall New Strategic Engagement Platform at Joint Base Myer-Henderson Hall, Virginia. This project involves the demolition of the existing Patton Hall, which is beyond repair, and the construction of a new 70,600 square foot facility that will serve as a state-of-the-art conference and event center, adhering to various standards including antiterrorism measures, ADA compliance, and LEED Silver certification. Interested parties are encouraged to review the attached draft RFP and submit their feedback, with a response deadline of January 10, 2026, to the primary contact Robert Ferebee at robert.l.ferebee@usace.army.mil or secondary contact Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil.