Notice of Intent to Sole Source
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville district, intends to issue a Request for Proposal (RFP) for the construction of additional steel bracing for antennas at the Joint Operations Mission Planning Center (JOMPC) located at Scott Air Force Base, Illinois. The work is planned to be sole-sourced to Zodiac-Poettker HBZ Joint Venture, the existing contractor for the JOMPC facility, which underscores the specialized nature of the construction requirements. This project is critical for enhancing the operational capabilities of the JOMPC, ensuring that the antennas are securely supported. Interested parties who believe they can meet the requirements are encouraged to submit a capability statement to Joshua Westgate at joshua.k.westgate@usace.army.mil, as this notice is not a solicitation for competitive proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Sole Source Synopsis J&A related to Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, intends to award a sole-source contract modification to Roadhouse-Tepa JV for additional services related to the construction of the Joint Cryptological Center at Buckley Space Force Base, Colorado. The modification will involve revising a portion of the inside plant cabling, which is critical for completing the final construction and ensuring the facility meets the training requirements of the user. This procurement is deemed necessary as only one source can fulfill the requirement without incurring substantial duplication of costs that would not be recovered through competition. Interested parties may submit a capability statement by December 31, 2025, at 2 PM CT, and should direct their inquiries to Amanda Eaton and Margarette Wolfe via email.
    FY26 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Dept Of Defense
    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.
    JFAST Bridge J&A
    Dept Of Defense
    The U.S. Transportation Command (USTRANSCOM) within the Department of Defense is seeking to procure services related to the JFAST Bridge through a Justification and Approval (J&A) process. The procurement focuses on IT and telecom business application development support services, which are critical for enhancing operational capabilities within the command. The place of performance for this contract will be at Scott Air Force Base in Illinois, emphasizing the importance of local support for the USTRANSCOM's mission. Interested parties can reach out to Georgia L. Wilde at georgia.l.wilde.civ@mail.mil or call 618-817-9407 for further details regarding this opportunity.
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Job Order Contract (JOC) at Fort Moore, Georgia, focusing on general construction, repair, maintenance, and demolition projects. The procurement aims to establish a fixed-price contract under NAICS code 236220, which encompasses a variety of construction activities, including work on barracks and administrative buildings, while ensuring compliance with safety, quality, and environmental standards. This initiative is crucial for maintaining and upgrading federal facilities efficiently and sustainably, with an emphasis on transparency in pricing through the use of a Unit Price Book (UPB). Interested parties should direct inquiries to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further details.
    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.
    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.
    Special Notice - Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a Special Notice for the Fort Moore Job Order Contract (JOC), now identified as W5168W25RA013, which will be executed at Fort Benning, Georgia, and surrounding locations. This procurement aims to secure services for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for small businesses, emphasizing the importance of fostering small business participation in federal contracting opportunities. Interested parties should note that the anticipated solicitation date is May 23, 2025, and can reach out to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further inquiries.
    Notice of Intent to Sole Source - Guide Cell Reconstruction
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to negotiate a sole source modification contract with Massman Construction Co. for the emergency replacement of a downstream guide cell at Lock and Dam 25 in Winfield, Missouri. The contractor will be responsible for providing the necessary materials and labor to reconstruct a failed guide cell, which is critical for maintaining the operational integrity of the dam. This procurement is being conducted on a sole source basis due to unusual and compelling urgency, and no solicitation will be posted on Contracting Opportunities SAM.gov. Interested parties may contact Whitney Dee at whitney.r.dee@usace.army.mil or by phone at 314-331-8621 for further information.
    Synopsis W9128F26RA006 SAOC 35%-RTA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking architect-engineer services for the design of the Survivable Airborne Operations Center (SAOC) 2-Bay Maintenance Hangar at Offutt Air Force Base in Nebraska. This project entails a firm-fixed-price contract that requires the selected firm to deliver 35% of the design ready-to-advertise, which includes site investigations, geotechnical work, space planning, and construction documents for a hangar designed to accommodate two Boeing 747-8i aircraft, with an estimated construction cost exceeding $500 million. The procurement emphasizes the importance of specialized experience in large military hangar design, professional qualifications of key personnel, and past performance, with submissions due by January 30, 2026. Interested parties can reach out to Margarette Wolfe at margarette.e.wolfe@usace.army.mil or Jessica Jackson at jessica.r.jackson@usace.army.mil for further information.
    FY26 A&E IDIQ Scott AFB, IL
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs. Each contract will have a maximum ceiling of $2.4 million and will be evaluated based on professional qualifications, specialized experience, past performance, capacity for timely work, and geographic location. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, to the designated contacts, Christa Wooten and Fawne E. Lee, via the provided email addresses.