Secure Ops Facility
ID: W912DW25R14H9Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers is issuing a Sources Sought Notice for a construction project aimed at building a Secure Operations Facility at Joint Base Lewis-McChord, WA. This notice is intended for market research to identify capable businesses rather than soliciting proposals or bids. The project, estimated to cost between $100 million and $250 million, will necessitate performance and payment bonds and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. The facility will span 34,200 square feet, featuring an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), ensuring operational readiness with multiple security features and utility installations. Interested firms are asked to submit a capabilities package that details their experience, bonding information, and insights on potential subcontracting to small businesses. Responses are due by March 21, 2025, and must comply with SAM registration requirements. This initiative underscores the government’s strategy to assess and allocate opportunities while ensuring a broad spectrum of participation in a significant construction project.
    Lifecycle
    Title
    Type
    Secure Ops Facility
    Currently viewing
    Sources Sought
    Similar Opportunities
    SOF Consolidated Rigging Facility, Joint Base Lewis McChord (JBLM), Washington
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the construction of the SOF Consolidated Rigging Facility at Joint Base Lewis McChord (JBLM) in Washington. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, specifically for the construction of miscellaneous buildings. The facility is crucial for supporting Special Operations Forces, enhancing operational readiness and efficiency. Interested contractors should reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Shawna West at shawna.m.west2@usace.army.mil for further details, as this presolicitation notice indicates upcoming opportunities for qualified bidders.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P-909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further information.
    KC-46A Additions and Alterations (ADAL) Hangars 1, 4 and 5, MacDill AFB, FL (Hillsborough County)
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking contractors for the KC-46A Additions and Alterations (ADAL) project at MacDill Air Force Base in Hillsborough County, Florida. This procurement involves significant construction work on three aircraft hangars, including extensions with reinforced foundations, structural steel frames, and updated interior renovations to enhance capabilities for KC-46A aircraft operations. The project, estimated to cost between $25 million and $100 million, underscores the government's commitment to improving military infrastructure and operational readiness. Interested contractors must register on SAM.gov to access solicitation documents, with bids due by May 1, 2025, following the solicitation release on March 26, 2025. For inquiries, contact MAJ Rocky Harkless at rocky.a.harkless@usace.army.mil or Kyle M. Rodgers at kyle.m.rodgers@usace.army.mil.
    JBE088 JOINT INTEGRATED TEST AND TRAINING CENTER
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction of the Joint Integrated Test and Training Center (JITTC) at Joint Base Elmendorf-Richardson (JBER), Alaska. The project aims to develop a 149,913 gross square-foot facility that will include various simulation and operational spaces, utilities, and site improvements, with an estimated contract value ranging from $250 million to $500 million. This initiative is critical for enhancing the Army's operational capabilities and commitment to sustainable construction practices. Interested contractors should submit their proposals by February 18, 2025, and can contact Tammy Davis at tammy.davis@usace.army.mil or Michelle Mandel at MICHELLE.R.MANDEL@USACE.ARMY.MIL for further information.
    Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design-bid-build construction of an Army Reserve Center and Vehicle Maintenance Shop at Dobbins Air Reserve Base in Marietta, Georgia. The project aims to enhance military infrastructure by constructing modern facilities across a site area of 12.50 acres, with specific requirements for compliance with federal and local regulations, safety protocols, and sustainability measures. The estimated construction cost ranges from $25 million to $100 million, with a project timeline of up to 900 calendar days following the Notice to Proceed. Interested contractors must submit their proposals electronically by the specified deadlines, and a mandatory site visit is scheduled for March 13, 2025. For further inquiries, potential bidders can contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
    Conversion of Building to Secure Space, Okinawa, Japan
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the conversion of a building into secure space in Okinawa, Japan. This project involves the transformation of approximately 6,116 square feet of a single-level building to meet secure space specifications, including construction, demolition, and environmental remediation work. The contract is crucial for ensuring the facility meets national security standards and will be awarded through a Request for Proposal (RFP) process, with an estimated project value between $5 million and $10 million. Interested contractors must possess a valid U.S. Facility Clearance Level (FCL) of Secret and submit their requests for solicitation documents by 5:00 PM, November 1, 2024, to the designated contacts, Jack Letscher and Norman Roldan.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Maintenance Hangar at March Air Reserve Base in California. This Design-Bid-Build project aims to enhance military readiness by providing a facility for maintenance operations, including administrative offices and storage for the KC-46A aircraft, with an estimated project cost ranging from $100 million to $250 million. The project underscores the importance of adhering to strict environmental guidelines and safety standards, particularly concerning hazardous materials, while ensuring compliance with federal regulations throughout the construction process. Interested contractors should contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil, with proposals due by March 25, 2025, following a scheduled site visit on January 29, 2025.
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command (NAVFACSYSCOM) Washington, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and ensuring compliance with Department of Defense standards. Interested contractors, specifically those on the list of MACC holders, must submit their proposals electronically by February 25, 2025, and are encouraged to attend a pre-proposal conference on January 29, 2025. For inquiries, contact Lindsay Brown at lindsay.naill@navy.mil or Damila Adams at damila.adams@navy.mil.
    Construct New Bulkhead, Hugo Lake, Oklahoma
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking information from qualified firms for a future Design-Bid-Build contract to construct a new bulkhead at Hugo Lake, Oklahoma. The project involves the fabrication, shipping, field assembly, testing, and construction of a crane pad for the deployment and retrieval of six hollow steel segments designed to block water flow during maintenance operations. This bulkhead is critical for ensuring the operational integrity of the tainter gates at the Denison Powerhouse, which plays a vital role in water management. Interested contractors must submit a 5-page Experience/Capabilities Statement by March 24, 2025, and should be registered in the System for Award Management (SAM). The estimated contract value is between $5 to $10 million, and inquiries can be directed to Clinton Yandell at clinton.j.yandell@usace.army.mil or by phone at 918-669-4920.