Construct Tool and Die Facility, Iowa Army Ammunition Plant
ID: W9128F25SS004Type: Sources Sought
Overview

Buyer

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

NAICS

Industrial Building Construction (236210)

PSC

CONSTRUCTION OF GOVERNMENT-OWNED CONTRACTOR-OPERATED (GOCO) R&D FACILITIES (Y1HA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers-Omaha District, is seeking qualified contractors for the construction of a Tool and Die Facility at the Iowa Army Ammunition Plant in Middletown, Iowa. This project involves renovating an existing facility and constructing an additional 56,000 square feet of industrial space, with a focus on enhancing worker safety, operational efficiency, and compliance with Department of Defense standards, including sustainability measures targeting LEED Silver certification. The estimated cost for this initiative ranges between $25 million and $100 million, with a performance period of 630 days following the Notice to Proceed. Interested parties must submit their responses by March 28, 2025, and can direct inquiries to Jessica Beckman at Jessica.L.Beckman@usace.army.mil or Phillip Wickham at Phillip.L.Wickham@usace.army.mil.

    Files
    Title
    Posted
    The Iowa Army Ammunition Plant is planning to construct a new Tool and Die Facility aimed at enhancing worker safety, operational efficiency, and overall capabilities in munitions production. The facility, approximately 59,000 square feet, will utilize modern construction methods and comply with Department of Defense standards, including energy efficiency requirements outlined in the ASHRAE guidelines. The design emphasizes sustainability, targeting a LEED Silver certification and integrating standards for safety, structural integrity, and environmental consciousness. Project specifications cover site planning, water supply, wastewater management, structural considerations, fire protection, and security compliance. Additionally, the construction will adhere to architectural and mechanical design criteria that promote a functional and aesthetically pleasing workplace. The project aligns with federal mandates for resilient infrastructure development while ensuring minimal disruption and effective resource allocation during construction. This initiative represents a significant investment by the Department of Defense in improving its operational facilities within the Iowa Army Ammunition Plant.
    The U.S. Army Corps of Engineers-Omaha District has issued a Sources Sought Notice for the construction of a Tool and Die Facility at the Iowa Army Ammunition Plant in Middletown, Iowa. The purpose of this notice is to identify potential small and large businesses capable of executing this project, which includes renovating the existing facility and constructing an additional 56,000 square feet of industrial space. The estimated solicitation will be published in May/June 2025, and interested parties must submit their responses by March 28, 2025. Respondents are required to provide company information, registration status in the System for Award Management (SAM), North American Industry Classification System (NAICS) codes, business classification, and relevant experience in industrial construction. Specific questions relate to past performance on similar projects, capabilities in equipment installation, and capacity for handling large-scale construction tasks. The project is estimated to cost between $25 million and $100 million, with a performance period of 630 days after receiving a Notice to Proceed. The government will keep all submissions confidential and will not consider unsolicited proposals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought for 155mm and 105mm Artillery Load, Asemble, and Pack (LAP) Capability at Iowa Army Ammunition Plant (IAAAP)
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island (ACC-RI), is seeking sources for the design and construction of a modern Load, Assemble, and Pack (LAP) facility for 155mm and 105mm artillery projectiles at the Iowa Army Ammunition Plant (IAAAP) in Middletown, Iowa. The objective of this procurement is to enhance production efficiency, targeting a capacity of 36,000 rounds per month, while ensuring compliance with explosive safety and environmental standards. This initiative is critical for modernizing military ammunition production capabilities, reflecting the government's commitment to operational efficiency and safety. Interested vendors must demonstrate their capabilities and submit responses by March 27, 2025, with an Industry Day scheduled for February 19-20, 2025, to provide further details; for inquiries, contact Mr. Corey Schaefer at corey.m.schaefer.civ@army.mil or Mr. Beau Bixler at beau.j.bixler.civ@army.mil.
    Defense Environmental Restoration Program Support
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors to provide support for the Defense Environmental Restoration Program in Middletown, Iowa. The procurement aims to secure facilities support services that are critical for the operation and maintenance of ammunition facilities, ensuring compliance with environmental regulations and effective restoration efforts. This opportunity underscores the importance of maintaining safe and environmentally sound operations within military installations. Interested parties should reach out to Christin Snodgrass at christin.j.snodgrass.civ@army.mil for further details regarding the solicitation process.
    Construction of an Indoor Small Arms Range (ISAR) located in Grissom Air Reserve Base, IN.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Indoor Small Arms Range (ISAR) at Grissom Air Reserve Base in Indiana. This project involves comprehensive demolition and construction activities, including the management of hazardous materials and adherence to environmental safety standards, with an estimated construction cost between $10 million and $25 million. The ISAR is crucial for enhancing military training capabilities while ensuring compliance with federal regulations, particularly regarding worker safety and environmental protections. Interested contractors must submit their sealed bids electronically by March 11, 2025, and are encouraged to contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or Adam Brooks at adam.m.brooks@usace.army.mil for further information.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    Agricultural and Natural Resources Brush Support and Mowing
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Agricultural and Natural Resources Brush Support and Mowing services in Middletown, Iowa. This procurement aims to provide facilities support services, particularly focusing on the operation of ammunition facilities, which is crucial for maintaining safety and operational efficiency in military environments. Interested parties can reach out to Christin Snodgrass at christin.j.snodgrass.civ@army.mil for further details regarding the solicitation process. The opportunity is categorized under NAICS code 561210 and PSC code M1EA, indicating its relevance to facilities support services.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    Integrated Design Build Initial Outfitting (iDBIO) Multiple Award Task Order (MATOC) 6.0 Design Build (DB) Construction in Support of Defense Health Agency (DHA)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Integrated Design-Build Initial Outfitting (iDBIO) construction services in support of the Defense Health Agency's (DHA) healthcare facilities modernization program. This initiative aims to renovate and construct healthcare facilities, including hospitals and clinics, with an estimated contract value of $2.5 billion over seven years, encompassing task orders ranging from $2 million to $90 million. The government encourages participation from small businesses, including those classified as 8(a), HUBZone, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses, to ensure adequate competition. Interested contractors must register in the System for Award Management (SAM) and submit their capabilities by March 4, 2025, with the official solicitation expected to be issued around December 2025. For further inquiries, contact Terry Shaw at terry.l.shaw@usace.army.mil or Marcus D. Mitchell at marcus.d.mitchell@usace.army.mil.
    INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract aimed at various small construction projects in Illinois and Indiana. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction. The awarded contracts will facilitate essential construction services that support infrastructure development and maintenance in the region. Interested contractors can reach out to Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378, or contact Samantha Stiles at samantha.l.stiles@usace.army.mil or 304-399-5705 for further details.
    FY22 MISSILE ASSEMBLY SUPPORT BUILDING TACTICAL EQUIPMENT MAINTENACE FACILITY (TEMF), WHITE SANDS MISSILE RANGE (WSMR), DONA ANA COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Missile Assembly Support Building Tactical Equipment Maintenance Facility (TEMF) at White Sands Missile Range in Dona Ana County, New Mexico. This project aims to enhance missile assembly operations and requires construction services with an estimated budget between $25 million and $100 million, utilizing a Lowest Price Technically Acceptable (LPTA) acquisition method. The procurement process emphasizes compliance with federal regulations, including safety standards and environmental considerations, and requires detailed technical and price proposals from interested contractors. Proposals are due by March 6, 2025, and interested parties can contact Diana Keeran at diana.m.keeran@usace.army.mil or Erica Talley at erica.m.talley@usace.army.mil for further information.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project involves the construction of a 30,300 square-foot facility designed to enhance vehicle maintenance and aircraft support capabilities, with a budget estimated between $10 million and $25 million. The procurement is set aside for small businesses, emphasizing the importance of compliance with federal regulations, including Davis Bacon Prevailing Wages and environmental standards. Interested contractors must submit their proposals by March 18, 2025, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887.