ContractSolicitation

403873 FLW AIT Barracks Complex II Phase 2

DEPT OF DEFENSE W912DQ25RA004
Response Deadline
Jan 23, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the U.S. Army Corps of Engineers, 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 construction of facilities to support 600 soldiers, including barracks, company operations facilities, and physical training stations, while incorporating essential safety and security features such as storm protection measures and advanced monitoring systems. The contract, valued between $100 million and $250 million, requires compliance with specific construction standards and is open to all businesses under NAICS code 236220. Interested contractors must submit their proposals electronically by January 23, 2026, and can direct inquiries to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Y1FC
CONSTRUCTION OF TROOP HOUSING FACILITIES

Solicitation Documents

11 Files
Solicitation Amendment W912DQ25RA0040004 SF 30.pdf
PDF3759 KB12/3/2025
AI Summary
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.
Solicitation Amendment W912DQ25RA004 0004 SF 30.pdf
PDF3713 KB1/13/2026
AI Summary
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.
Draft_Solicitation_W912DQ25RA004_Draft.pdf
PDF46661 KB8/26/2025
AI Summary
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.
AMENDMENT 0005.pdf
PDF23221 KB1/13/2026
AI Summary
This amendment outlines significant revisions to the specifications and drawings for the AIT Complex 2 Part 2 project at Fort Leonard Wood, MO, primarily focusing on utility infrastructure and various architectural and structural adjustments. Key changes include updated construction wage determinations, mandatory acknowledgment of the amendment by offerors, and detailed modifications to water utility requirements. The water utility on Fort Leonard Wood is privatized, with American Water Enterprises as the provider; contractors are now responsible for all utility work costs, including a $450,000 allowance for payment to the utility, and must sign a Connection Charge Agreement. Detailed specifications for ductile-iron piping, joints, and jointing materials for water distribution have been updated. Numerous drawings have been revised to reflect these changes, including the addition of a new water meter vault, updated pipe materials from PVC to ductile iron, and adjustments to architectural elements like window and door placements to align with brick coursing. The document also details comprehensive security protocols for contractor personnel, including identification, background checks, and mandatory training for antiterrorism and operational security, as well as extensive permitting processes for water, sewer, storm sewer, air, and land disturbance activities.
SOLICIATION W912DQ25RA004 0005 AMENDMENT.pdf
PDF3781 KB1/13/2026
AI Summary
Amendment 0005 to solicitation W912DQ25RA004, issued by the US Army Corps of Engineers, Kansas City, on January 12, 2026, modifies the original solicitation dated September 16, 2025. This amendment provides revisions to specifications and drawings based on bidder inquiries and updates the Construction Wage Determination MO20260019. It clarifies that offers must acknowledge the amendment by completing items 8 and 15, acknowledging receipt on each offer copy, or through separate communication. The document also details changes to the list of drawing sheets and includes a new attachment: "Summary of Changes 00005." All other terms and conditions of the original solicitation remain unchanged. The point of contact for this amendment is Dale Coleman.
B.07.01 Site Visit Sign In Sheet AIT Phase 2.pdf
PDF94 KB1/13/2026
AI Summary
The US Army Corps of Engineers FLW Area Office-South conducted a pre-bid site visit for the AIT Phase II project on October 2, 2025. The meeting, held at the South Office, involved representatives from various organizations including NWK-USACE, KCI, Prime Communication, Allen's Mechanical, Cerris Builders, Korsmeyer, and Clark Construction. Key personnel present included project managers, superintendents, engineers, and supervisors. The document lists the attendees' names, positions, organizations, phone numbers, and email addresses, indicating a collaborative effort among different contractors and government entities for this federal government project.
F-001 - LIFE SAFETY CODE ANALYSIS..pdf
PDF105 KB1/13/2026
AI Summary
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.
Relevancy Factor Update.pdf
PDF129 KB1/13/2026
AI Summary
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.
Projnet Key Correction.pdf
PDF142 KB1/13/2026
AI Summary
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.
FLW AIT Barracks Trailer and Laydown Areas (1).pdf
PDF8693 KB1/13/2026
AI Summary
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.
Off Site Spoils Site.pdf
PDF179 KB1/13/2026
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 14, 2025
amendedAmendment #1· Description UpdatedAug 21, 2025
amendedAmendment #2· Description UpdatedAug 26, 2025
amendedAmendment #3· Description UpdatedSep 16, 2025
amendedAmendment #4· Description UpdatedOct 3, 2025
amendedAmendment #5· Description UpdatedOct 23, 2025
amendedAmendment #6· Description UpdatedOct 28, 2025
amendedAmendment #7· Description UpdatedNov 3, 2025
amendedAmendment #8· Description UpdatedNov 4, 2025
amendedAmendment #9· Description UpdatedNov 25, 2025
amendedAmendment #10Dec 3, 2025
amendedAmendment #11· Description UpdatedJan 13, 2026
amendedLatest AmendmentJan 13, 2026
deadlineResponse DeadlineJan 23, 2026
expiryArchive DateJan 13, 2027

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W071 ENDIST KANSAS CITY

Point of Contact

Place of Performance

Fort Leonard Wood, Missouri, UNITED STATES
Ft Leonard Wood, MO

Official Sources