RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
ID: W9128F26RA012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF RADAR AND NAVIGATIONAL FACILITIES (Y1BC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines evaluation criteria and proposal requirements for RFP W9128F26RA012, focusing on contractor experience, past performance, and proposal structure. It details scenarios for qualifying past projects for Factor 2 evaluation, emphasizing the role of the Prime Contractor or Joint Venture (JV) in past awards. The document specifies page limitations for Volume I (Technical Proposal) and Volume II (Price Proposal), allocating 10 pages for the Technical Proposal, 21 pages for Experience (7 projects), and no limit for Past Performance or Price. It also provides a rating system (Blue-Outstanding to Red-Unacceptable) for combined technical/risk assessments, defining each rating based on the proposal's approach, understanding, strengths, and risk of unsuccessful performance.
    The document outlines evaluation criteria and submission guidelines for government RFPs, specifically referencing RFP W9128F26RA012. It details scenarios for qualifying past project experience under Factor 2, emphasizing the role of prime contractors and joint ventures (JVs). For instance, a prime contractor or a JV where a member was previously a prime qualifies, but a subcontractor's experience or a prime where only a member worked on a past project as a non-prime does not. The document also specifies page limitations for technical (Volume I) and price (Volume II) proposals, with varying limits for different factors like Technical Proposal (10 pages), Experience (9 pages, 11 for JVs), and Past Performance (no specific limit, based on submitted reports). Finally, it provides a rating system (Blue-Outstanding to Red-Unacceptable) for combined technical/risk evaluations, describing the proposal's approach and understanding of requirements, and the associated risk of unsuccessful performance.
    This government report details bid inquiries and responses for the "Relay Ground Station" project, covering site visits, technical specifications, and administrative requirements. Key clarifications include contractors using personal vehicles for site access after badging at the VCC, no appointments needed for badging but arriving 30 minutes early is recommended, and escorts will be provided. The government will supply an initial topographic survey, but contractors must perform their own. The Interface Control Document (ICD) will be provided post-contract award, and Appendix E is contained within the Site Preliminary Design Document (SPDD). The proposal due date was extended via Amendment 0001, which also corrected file naming and clarified pricing submission. Past performance of subcontractors will not be accepted. Mission delay days are non-compensable, and contractor-provided Wi-Fi is prohibited. CUI markings are required, with format provided post-award. SSAMP updates are only needed for scope changes. Contact information for GTE/CNE contractors will be provided post-award. The contractor is responsible for scheduling design/construction, providing geotechnical/hazardous material surveys, and the DD254 will be provided post-award. The QC Manager cannot be dual-hatted as the SSHO. Existing telecommunications duct banks and raceways are in place; contractors only need to install OSP fiber optic cable. No office space is being constructed, and radome heat loads are under a separate contract. Contractors are responsible for stormwater drainage design and identifying existing storm drain systems. Antenna reflector assembly pads are included in the contract scope. Minimum CQC staff (QC Manager, Project Superintendent, SSHO) must be continuously on-site.
    The Relay Ground Station - South (RGS-S) project at Schriever SFB, CO, outlines comprehensive mechanical (HVAC) and site work requirements for federal government RFPs. The mechanical section details design criteria for HVAC systems, including heating, ventilation, exhaust, air conditioning, and plumbing, emphasizing compliance with numerous industry standards (e.g., ASHRAE, NFPA, UFC). Key aspects include direct digital controls (DDC) for HVAC, rigorous testing, adjusting, and balancing (TAB) procedures, and thorough commissioning of systems to ensure operational integrity. The document specifies environmental control units, air supply and distribution, ventilation, and exhaust systems, along with design conditions, noise levels, and cybersecurity measures. The site work section covers engineering surveys, demolition, new construction of shelters and walks, pavement, foundations for antennas and various shelters, grading, spilling containment, storm drainage, foundation drainage, erosion control, and utility installations (water, wastewater, gas, electrical, communication). Both sections mandate adherence to specific technical specifications and sustainable design principles, ensuring a complete, maintainable, and energy-efficient facility in accordance with federal guidelines.
    The Schriever Space Force Base (SSFB) Installation Design Guide outlines the essential standards, policies, and requirements for all construction projects at SSFB. It covers a comprehensive range of design phases, from initial project definition to final construction documents, emphasizing adherence to federal regulations, Department of Defense criteria, and SSFB-specific standards. Key areas addressed include site design, engineering surveys, sustainable design, safety, and the use of advanced modeling techniques. The guide details submittal requirements for each design phase, specifies criteria for elements like site access, parking, and landscaping, and highlights the importance of value engineering and thorough review procedures to ensure quality, cost-effectiveness, and compliance.
    The document outlines a Supplemental Price Breakdown of a Pricing Schedule Template, detailing the required financial submission for government contracts, likely RFPs or grants. It lists various divisions based on MASTERFORMAT 2016 descriptions, such as General Requirements, Existing Conditions, Concrete, Masonry, and other specialized areas like Fire Suppression, Plumbing, HVAC, and Electrical. Each division requires a lump sum (LS) amount. The document also includes sections for Prime Contractor Markups, encompassing General and Administrative Expense (G&A), Field Office Overhead (FOOH), Profit, and Performance and Payment Bond (P&PB). A critical instruction is that all entries must be in dollars, and the “TOTAL WITH MARKUPS” from this breakdown must precisely match the “TOTAL BASIC AMOUNT” indicated elsewhere in the document. This template ensures a comprehensive and transparent cost breakdown for government procurement processes.
    The Relay Ground Station-South (RGS-S) project at Schriever SFB, CO, involves the design, procurement, development, integration, and testing of advanced technology hardware and software systems for uplink and downlink communications with various space vehicles. This RDT&E-funded project will create a lights-out facility, with significant site improvements and infrastructure, including concrete pads, antenna foundations, utilities, cabling, and two shelters. The USACE RFP scope covers ringwalls, antenna foundations, electrical and communication shelters, concrete pads, site utilities, grounding, lightning protection, and fire alarm/lighting systems, with backup generators and fuel systems as bid options. The project emphasizes adherence to DoD Building Codes, sustainable design principles, and comprehensive cybersecurity for facility-related control systems, with mechanical systems designed for 24/7 autonomous operation and full integration with the existing utility monitoring and control system.
    The document addresses bidder inquiries regarding site visit logistics for the Relay Ground Station Project, specifically focusing on transportation and badging procedures. Attendees are required to meet the Point of Contact (POC) at the Visitor Control Center (VCC) for badging and access, then drive their personal vehicles (POVs) to the North Portal Parking Lot for Restricted Area (RA) access. The government responses repeatedly emphasize this procedure, superseding all previous replies. Additionally, the document clarifies that no appointments are necessary for VCC badging, advising attendees to arrive at least 30 minutes early due to variable processing times. The selected time and day for site visits are during typically low-traffic periods to mitigate delays. This information is considered procurement sensitive and is part of the solicitation's detailed instructions.
    The provided document is a pricing schedule for a government Request for Proposal (RFP) detailing the construction and design of a Relay Ground Station. It outlines both basic and optional contract line items (CLINs) for various phases of the project. The basic contract includes two CLINs covering the complete design of the Relay Ground Station and the construction of paving and sitework, excluding certain optional items. The option contract includes five additional CLINs, encompassing the construction of complete site communications, electrical systems, radome and antenna pedestal foundations, generator and supporting systems, and site fueling and supporting systems. Each item is listed with a quantity of one job and a blank unit price, culminating in separate totals for basic and option amounts, and an overall total for all work.
    The provided document is a Supplemental Price Breakdown of a Pricing Schedule Template, likely used in government RFPs, federal grants, or state/local RFPs. It details a comprehensive list of construction divisions based on MasterFormat descriptions, ranging from General Requirements to Earthwork, Exterior Improvements, and Utilities. Each division has a corresponding line for an amount, typically in dollars, and is identified as a Lump Sum (LS) unit. The template also includes sections for Prime Contractor Markups, specifically for General & Administrative (G&A), Field Overhead (FOOH), Profit, and Performance & Payment Bonds (P&PB), to be calculated as percentages. The total with markups must equal the "TOTAL BASIC AMOUNT," indicating a structured approach to project cost breakdown and reconciliation. The document's purpose is to provide a standardized format for contractors to submit detailed cost proposals, ensuring transparency and comparability in the bidding process for government-funded projects.
    This document outlines the electrical requirements for the Relay Ground Station - South (RGS-S) project at Schriever Space Force Base, Colorado. It details the scope of work, encompassing cybersecurity, exterior and interior electrical distribution, and specialized systems like sacrificial cathodic protection and fuels electrical (an option bid). The project mandates adherence to numerous industry standards and codes, including those from ASTM, API, ASHRAE, ICC, IES, IEEE, NETA, NARA, NFPA, NACE, NECA, NEMA, CNSS, TIA, USAF, USACE, DoD, and UL Solutions. Key aspects include power system design, cable installation plans, accommodation for disabilities, antiterrorism/force protection measures, and comprehensive testing procedures. The document specifies requirements for conduits, fittings, terminations, device ratings, and bid options for generators, load bank connection cabinets, generator main panels, and automatic transfer switches. The preliminary power estimate is 648.7 Kva, with provisions for adjusting equipment and breaker sizes based on final load analysis, emphasizing a safe, efficient, and economical power distribution system.
    This government file outlines the detailed requirements for base access for contractors and their vehicles, likely for federal or state government projects. It specifies the information needed for personnel, including project managers, contractor names, contact details, CAC EDI-PI numbers, driver's license information, and whether they need a one-day visitor badge. Vehicle access requires details such as make, model, state, license plate number, and whether the vehicle needs restricted area (RA) access or is making deliveries. The document also clarifies that individuals with access for more than 60 days will receive a DBIDS Card, and RA vehicle passes are for the vehicle only, with authorized drivers listed. This comprehensive guide ensures secure and regulated access to government installations for all involved personnel and vehicles, emphasizing compliance and safety protocols.
    This government Request for Proposal (RFP) outlines the design and construction requirements for the Relay Ground Station - South (RGS-S) at Schriever Space Force Base (SFB), Colorado, scheduled for September 2025. The document details extensive general requirements, including work restrictions, administrative procedures, project scheduling, submittal processes, and quality control. A significant portion addresses stringent security measures for Controlled Areas (CA) and Restricted Areas (RA), requiring a comprehensive Project Security and Site Access Management Plan (SSAMP). The RFP also covers document control, CUI training, base and RA access protocols, escort requirements, and the use of electronic devices. Additionally, it specifies rules for design-build contracts, electronic payroll systems, veterans' employment emphasis, utility services, and cybersecurity during construction, highlighting the project's complexity and emphasis on security, compliance, and operational continuity.
    This government solicitation, W9128F26RA012, issued by the U.S. Army Corps of Engineers, Omaha District, on September 9, 2025, is an advertisement for the Relay Ground Station – South (RGS-S) project at Schriever Space Force Base, Colorado. The document includes a cover sheet, an index of sheet identification numbers and discipline designators, and an extensive list of abbreviations commonly used in architectural, engineering, and construction drawings. It also provides detailed existing conditions plans (VF100-VF105) of the Schriever Space Force Base, outlining various utilities such as communication, electrical, gas, and water lines, along with manholes, pedestals, and other infrastructure. General notes emphasize the contractor's responsibility to field verify utility locations, protect existing lines, and maintain services. The overall purpose is to solicit bids for the RGS-S project, providing foundational information about the site and project requirements.
    The Site Preliminary Design Document (SPDD) for the Relay Ground Station – South (RGS-S) at Schriever Space Force Base, Colorado, outlines the facilities and infrastructure (F&I) requirements for this vital component of the Overhead Persistent Infrared (OPIR) enterprise modernization. The project, sponsored by the U.S. Space Force, will be a "lights-out" facility supporting Next-Generation OPIR and legacy Space Based Infrared System (SBIRS) capabilities. The document details the scope, purpose, project background, site design (civil, environmental, mechanical, electrical, telecommunications, and security), and applicable standards. Key elements include antenna foundations, radome ringwalls, power distribution, backup generators, and robust security systems designed to withstand extreme weather and meet HQ Space Operations Command Resilience Level 2. The project involves multiple contractors for Ground Terminal Equipment (GTE), Communications and Networking Equipment (CNE), F&I, and Command, Control, Communications, Computers, Intelligence/Information Technology (C4I/IT), with an anticipated site activation in FY28 Q1.
    This Design Analysis (DA) outlines the development of the Relay Ground Station – South (RGS-S) at Schriever Space Force Base, Colorado, a crucial project for the United States Space Force. The RGS-S will remotely operate Overhead Persistent Infrared (OPIR) satellites. The project, funded by Research, Development, Test, and Evaluation (RDT&E) appropriations, will be a “lights-out” facility with a 10-year lifespan and 24/7/365 operation, designed to meet PL-3 requirements. Key components include Ground Terminal Equipment (GTE), Communications and Networking Equipment (CNE), Facilities and Infrastructure (F&I), and Command, Control, Communications, Computers, Intelligence/Information Technology (C4I/IT). The F&I contractor is responsible for site preparation, utilities, and shelters, while the GTE/CNE contractor handles equipment development and installation. The DA details design criteria across site/civil, water/wastewater, structural, mechanical, and electrical systems, emphasizing adherence to Unified Facilities Criteria (UFC) and other military and national standards. Sustainability and Uptime Institute Tier III concurrent maintainable requirements are also critical design considerations.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) Form PPQ-0 is a standardized document used by federal government agencies to evaluate contractor performance for federal government RFPs, federal grants, and state/local RFPs. The form is divided into two main sections: Contractor Information and Client Information. The contractor completes details regarding their firm, work performed (prime, subcontractor, or joint venture), and contract specifics, including type, title, location, dates, and prices. A crucial part of the contractor section is the project description, requiring details on complexity and relevance to future submissions. The client section, completed by the client, involves providing contact information, describing their role, and dating/signing the questionnaire. The core of the PPQ is a comprehensive rating system for evaluating contractor performance across various critical areas such as quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. Each area includes specific sub-elements to be rated using adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable), each with a clear definition and accompanying notes to ensure consistent evaluation. Clients are encouraged to provide detailed narrative responses to support their ratings, explaining strengths, weaknesses, or deficiencies. The government reserves the right to verify all information provided.
    This government file outlines administrative and special requirements for the Relay Ground Station-South (RGS-S) project at Schriever SFB, CO, focusing on design-build construction contracts, mechanical systems for fueling, and general project guidelines. Key aspects include contract precedence, contractor responsibility for design quality, personnel substitutions, and deviation approvals. It details requirements for electronic payroll systems, veteran employment encouragement, design review and construction sequencing, and contractor performance evaluations. The document specifies procedures for utility services, backflow prevention, utility interruptions, digging permits, and weather-related time extensions. It also covers submittals, progress photography, insurance, superintendent qualifications, preconstruction conferences, facility turnover planning (Red Zone Meetings), security, daily work schedules, and as-built drawings. The mechanical section details criteria for offloading diesel fuel, tank appurtenances, and fuel polishing, referencing various industry standards. Cybersecurity requirements for contractor computer equipment and temporary networks are also included.
    This government solicitation amendment (W9128F26RA012-0001) for the "Design and Construction of RELAY GROUND STATION - SOUTH - SCHRIEVER SFB, COLORADO" extends the proposal submission deadline to December 5, 2025, and the ProjNet inquiry submission date to November 13, 2025. It modifies specifications, incorporates additional attachments, and revises sections 00 21 00 and 00 22 00. The project, estimated between $10M and $25M, requires design-build services for facilities and infrastructure at Shriever Space Force Base. Proposals must be submitted electronically in two volumes: Technical (Volume I, rated on Technical Approach, Management, Organization, Key Personnel, Risk, Safety, and Schedule) and Pricing (Volume II). Evaluation factors are weighted, with Technical Proposal being most important, followed equally by Experience and Past Performance, then Pricing. The selection process is
    Amendment No. 0002 to Solicitation No. W9128F26RA012, issued on November 7, 2025, modifies the Request for Proposal for the Design and Construction of the RELAY GROUND STATION - SOUTH - SCHRIEVER SPB, COLORADO. This amendment extends the proposal receipt date to December 5, 2025, at 11:00 a.m. Mountain time. Key changes include revisions to specific specification pages (01 86 10.01 and 01 89 00) and the reissuance of eight civil and telecommunications drawings. Additionally, the amendment incorporates "12_A2_Spec_Drawing_Attachment" and "13_A2_SSFB_Design-Guide" as new attachments. Prospective offerors must acknowledge receipt of this amendment, which is now an integral part of the proposing papers. All other terms and conditions of the original solicitation remain unchanged.
    This document is Amendment No. 0003 to Request for Proposal (RFP) Solicitation Package No. W9128F26RA012 for the Design and Construction of a RELAY GROUND STATION - SOUTH- SCHRIEVER SFB, COLORADO. The amendment reopens ProjNet for questions, incorporates previous questions and answers, includes modified specifications and drawings, and modifies the Contract Line Item (CLIN) Schedule to remove Mobilization and Demobilization CLINs. Offerors are now instructed to include all mobilization and demobilization costs in the base bid (CLIN 0002), as the Government will not make separate payments for these items. Additionally, the amendment provides clarifications in Sections 00 21 00 and 00 22 00, and indicates that Controlled Unclassified Information (CUI) documents are now locked and require access requests. The proposal submission requirements emphasize electronic submission of two separate volumes: Volume I (Technical) and Volume II (Pricing), with specific formatting and content guidelines, including detailed instructions for technical approach, management approach, key personnel, risk assessment, safety, and summary schedule, as well as experience and past performance. The solicitation is restricted to Small Business Offerors with a NAICS Code 237130 and a size standard of $45,000,000.00. The estimated magnitude of construction is between $10,000,000 and $25,000,000.
    This document, Amendment No. 0004 to Solicitation No. W9128F26RA012, is a modification to a Request for Proposal (RFP) for the Design and Construction of the RELAY GROUND STATION - SOUTH - SCHRIEVER SPB, COLORADO. Its main purpose is to extend the proposal submission deadline to December 9, 2025, incorporate questions and answers from ProjNet, and update specifications, drawings, clauses, and provisions. The RFP, restricted to Small Business Offerors under NAICS Code 237130, details submission requirements for technical and pricing proposals, including formats, content for technical approach, management, experience, past performance, and pricing. It also outlines instructions for offeror inquiries via ProjNet, defines key personnel requirements, and includes a wage determination for various trades in Colorado counties, emphasizing compliance with Executive Orders on minimum wage and paid sick leave for federal contractors.
    Amendment No. 0005 to Solicitation W9128F26RA0120005 extends the proposal due date to December 9, 2025, at 11:00 AM local time. This amendment is for a Design-Build contract for the RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA at Schriever Space Force Base, CO, for the Space Development Agency. The project, a competitive small business set-aside, falls under NAICS code 237130 with a size standard of $45,000,000 and a construction magnitude between $10,000,000 and $25,000,000. Proposals and acknowledgments of amendments must be submitted electronically via the PIEE system. Offerors must submit questions through Bidder Inquiry in Projnet at least fifteen calendar days before the proposal due date. The amendment also incorporates Attachment 21, providing final questions and answers, and modifies miscellaneous text in Section 00 50 00, including details on tables, access information, design documents, and past performance questionnaires. Funds are not yet available, and no contract will be awarded until appropriated funds are secured. All federal, state, and local taxes must be included in proposals.
    This document is a Request for Proposal (RFP) for a Design-Build contract to construct a Relay Ground Station-South at Schriever Space Force Base near Colorado Springs, CO. It is a Competitive Small Business Set-Aside with a NAICS code of 237130 and a size standard of $45,000,000. The estimated construction magnitude is between $10,000,000 and $25,000,000. Proposals are due by November 13, 2025, at 11:00 AM local time and must be submitted electronically. A site visit is scheduled for October 23, 2025. The RFP outlines detailed submission requirements, including technical and pricing proposals, and specifies evaluation factors such as technical approach, management plan, schedule, experience, and past performance. Proposals will be evaluated using a Best Value Trade-off method, with evaluation factors weighted in descending order of importance. Funds are not currently available, and no contract will be awarded until appropriated funds are secured.
    This document is a Request for Proposal (RFP) for a Design-Build contract to construct a Relay Ground Station-South (RGS-S) Antenna at Schriever Space Force Base near Colorado Springs, CO. The solicitation number is W9128F26RA0120004, issued on October 14, 2025, by W071 ENDIST OMAHA. The project, titled "RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA," is a competitive small business set-aside with a NAICS code of 237130 (Power and Communication Line and Related Structures Construction) and a small business size standard of $45,000,000. The estimated magnitude of construction is between $10,000,000 and $25,000,000. Offers are due by 11:00 AM local time on December 9, 2025, and must remain valid for 120 calendar days. Proposals and amendments must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) system, and questions must be submitted via Bidder Inquiry in ProjNet no later than fifteen calendar days before the proposal due date. All taxes must be included in proposals, and the contract award is contingent upon the availability of appropriated funds.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Buyer not available
    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 the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Pre-notice of forth coming solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@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.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Architectural and Engineering Services for Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the U.S. Space Force, is seeking qualified architect-engineer firms to provide architectural and engineering services for the Pituffik Space Base in Greenland. The procurement involves two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each with a maximum shared capacity of $9 million, aimed at supporting facility sustainment, restoration, and modernization projects over a five-year period, with an option for a six-month extension. This opportunity is significant as it aligns with the U.S. commitment to enhancing operational capabilities in Arctic regions, and it is restricted to firms based in Denmark or Greenland due to an international agreement. Interested firms must submit their qualifications by December 8, 2025, and can direct inquiries to Andrew Lucas at andrew.lucas@spaceforce.mil or Lone Mikkelsen at lone.mikkelsen.dk@spaceforce.mil.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Buyer not available
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This total small business set-aside contract, estimated at $5,980,000, requires bidders to submit their proposals by December 9, 2025, at 2:00 p.m. local time, and includes a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov for further inquiries.