Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
ID: W912WJ26X0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, New England District, has issued a Sources Sought Notice for the reconstruction of Thayer Hall (General Instruction Facility) at the United States Military Academy, West Point, NY. This project, estimated to cost over $500,000,000, is a major component of the Academic Building Upgrade Program, aiming to modernize facilities and address instructional space shortages. The scope includes demolishing a 1955 addition (321,012 sq ft), preserving and rehabilitating the original 1911 structure, and reconstructing a modern facility with academic, administrative, and support spaces. The new building will feature advanced systems, site improvements, and adhere to DoD Unified Facilities Criteria for a minimum 40-year service life. The acquisition strategy involves early contractor involvement through an Integrated Design and Construction (IDaC) framework, with a base contract for construction management and options for demolition and construction. The notice seeks interest and capabilities from both Small and Large Businesses, including specific socio-economic categories. Additionally, the Corps is gathering feedback on the potential use and impact of Project Labor Agreements (PLAs) for this large-scale construction project.
    Similar Opportunities
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is set to issue an Invitation for Bids for the Bar Harbor Breakwater Repair Project in Bar Harbor, Maine. This project involves the repair of two significant portions and several minor areas of a historic rubble mound breakwater structure, which has sustained damage from storms since its construction between 1889 and 1916. The estimated construction cost ranges from $10 million to $25 million, with a projected period of performance of 14 months, beginning in the spring of 2026. Interested contractors can reach out to Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, with solicitation documents expected to be available around October 2025.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a contract duration estimated at 519 calendar days from the notice to proceed. The project is critical for maintaining operational capabilities and safety standards at the base, addressing significant issues such as asbestos and PCB removal, and ensuring compliance with government regulations. Interested contractors should note that funds are not currently available for this acquisition, and no contract award will be made until appropriated funds are secured; the due date for bids is set for December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.
    403873 FLW AIT Barracks Complex II Phase 2
    Buyer not available
    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.
    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.
    Patton Hall New Strategic Engagement Platform Joint Base Myer-Henderson Hall, Virginia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is hosting an Industry Day for the construction of the Patton Hall New Strategic Engagement Platform at Joint Base Myer-Henderson Hall, Virginia. This procurement aims to utilize a Design-Build to Budget (DB2B) approach, focusing on optimizing quality, scope, durability, and life-cycle costs while engaging industry representatives in discussions about the project and its acquisition strategy. The initiative includes the establishment of a Public Access Control Center and Visitor Center, enhancing security and visitor services at the site. Interested parties must register by completing the provided form by noon on October 30, 2025, and can contact Robert Ferebee at robert.l.ferebee@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project involves replacing flooring, seating, tables, wall wainscoting, and dividers in the auditorium space, with a requirement for the contractor to commence work within ten days of receiving the notice to proceed and complete the project by August 31, 2026. This procurement is significant as it supports the maintenance and functionality of essential facilities at the Academy, with an estimated contract value between $500,000 and $1,000,000. Interested small businesses must register in the System for Award Management (SAM) and can access solicitation documents starting November 12, 2025, with bids due by December 12, 2025, at 2:00 PM. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the Design/Build Construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a base item for the first floor and two option items for additional facilities on the second floor. The contract has an approximate price limitation of $18 million and is critical for enhancing training capabilities at the facility. Proposals are due by December 10, 2025, with a performance period of 730 calendar days, and interested parties should direct inquiries to Lauren Bossingham at lauren.d.bossingham2@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    Renovation of Building 12 Picatinny Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and includes essential renovations along with the potential installation of an emergency generator. The procurement process emphasizes the importance of specialized experience and technical approach, with proposals due electronically by December 12, 2025, at 2:00 PM EST. Interested contractors should direct inquiries to Monica Coniglio at monica.n.coniglio@usace.army.mil or Matthew Lubiak at matthew.e.lubiak@usace.army.mil, and must adhere to specific submission guidelines and requirements outlined in the solicitation documents.