Fort Campbell Design Build to Budget - SABRE Fire Station Market Survey
ID: W912QR-FTC-DB2B-Fire-StationType: Sources Sought
Overview

Buyer

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting a market survey for a Design-Build to Budget project to construct the SABRE Fire Station at Fort Campbell, TN. This project aims to select a single contractor for the construction of a 9,766 sq ft satellite fire station, which will include essential facilities such as a kitchen, sleeping areas, training room, and apparatus room, all while adhering to a budget ceiling of approximately $7 million. Interested businesses, including Small Businesses, HUBZone, 8A, Woman-Owned, Service-Disabled Veteran Owned, and Large Businesses, must respond to the market survey by December 10, 2025, at 2:00 PM ET, providing necessary documentation and examples of similar projects completed within the last five years. For further inquiries, interested parties can contact Stephanie Drees at stephanie.n.drees@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.

    Files
    Title
    Posted
    The US Army Corps of Engineers, Louisville District, is conducting a market survey for a Design-Build to Budget project to construct the SABRE Fire Station at Fort Campbell, TN. This project seeks a single contractor for a 9,766 sq ft satellite fire station, including a kitchen, sleeping areas, training room, apparatus room, and supporting facilities, with an estimated cost between $5M and $10M, and a ceiling price of $7M. The contract duration is 720 calendar days, under NAICS code 236220. The solicitation method emphasizes maximizing scope within a target budget. Interested businesses, including Small Businesses, HUBZone, 8A, Woman-Owned, Service-Disabled Veteran Owned, and Large Businesses, must respond by December 10, 2025, 2:00 PM ET, via a Microsoft Forms link. Responses should include company status, CAGE code, bonding limits, and up to three similar design-build project examples (at least 7,500 sq ft, such as industrial shops, vehicle maintenance, or fire stations) completed within the last five years or 95% complete. Additionally, firms must describe experience with fixed-budget projects and specify the percentage of self-performed work, adhering to FAR 52.219-14 for small businesses. This is not an RFP, but a sources sought notice to inform future acquisition decisions.
    Lifecycle
    Similar Opportunities
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    SABER IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    PN 100948 and 94937 Barracks, Fort Hood, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is conducting a Sources Sought notice for the construction of barracks at Fort Hood, Texas, under project numbers PN 100948 and 94937. This notice serves as a market survey to gather information for preliminary planning purposes and is not a solicitation for proposals, meaning no contract will be awarded from this notice. The construction of troop housing facilities is critical for supporting military personnel, ensuring they have adequate living conditions. Interested parties can reach out to Richard Feller at richard.feller@usace.army.mil or call 817-886-1165 for further information.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    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 Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.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.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    FY23-28 General Construction Services BPA - W911S223S8000
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.