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
    Fort Leonard Wood Roofing IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    PN 100948 and 94937 Barracks, Fort Hood, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is conducting a Sources Sought notice for the construction of barracks at Fort Hood, Texas, under project numbers PN 100948 and 94937. This notice serves as a market survey to gather information for preliminary planning purposes and is not a solicitation for proposals, meaning no contract will be awarded from this notice. The construction of troop housing facilities is critical for supporting military personnel, ensuring they have adequate living conditions. Interested parties can reach out to Richard Feller at richard.feller@usace.army.mil or call 817-886-1165 for further information.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Buyer not available
    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
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This project, part of the Academic Building Upgrade Program, aims to modernize academic facilities and address a significant shortage of instructional space by demolishing a 1955 addition and preserving the original 1911 structure, ultimately creating a state-of-the-art facility with various academic and administrative spaces. The estimated construction cost exceeds $500 million, with a planned solicitation in Summer 2026 and demolition/reconstruction commencing in early 2027. Interested firms are encouraged to submit their capabilities packages by December 23, 2025, to Brian Mannion at brian.t.mannion@usace.army.mil.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Buyer not available
    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) training facility designed to support Sentinel training for maintenance and operations, 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, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Buyer not available
    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.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Buyer not available
    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.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.
    FY26 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Buyer not available
    The Department of Defense, through the Department of the Army, is forecasting several construction and repair contract opportunities at Jefferson Barracks Air National Guard Station in St. Louis, Missouri, for fiscal year 2026. The anticipated projects include constructing vehicle operations covered parking with rooftop solar panels, repairing the roof of Building 99, and various smaller repair initiatives across multiple buildings, with most projects set aside for small businesses. Interested vendors are encouraged to submit their SAM UEI number, bonding capacity, and a summary of their capabilities to the primary contacts, MSgt Joe Bernier and SMSgt Mark Phillips, via email, as there is no deadline for submissions. The projected contract values range from less than $25,000 to over $5 million, with updates to the opportunity provided periodically throughout the fiscal year.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.