SOURCES SOUGHT
For W912PP25RA002 Two Phase Design Build FY26 192 PERSON DORMITORY, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.
The U.S. Army Corps of Engineers (USACE) – Albuquerque District has been tasked to solicit for and award the design and construction (Design-Build) of a 192 Person Dormitory at Cannon Air Force Base, Clovis, New Mexico. The proposed project will be a competitive, firm-fixed-price, design-build contract procured in accordance with FAR 15, Negotiated Procurement using a Best Value process, however, the results and analysis of the market research will finalize the determination of the procurement method. The type of set-aside decision to be issued will depend upon the responses to this synopsis.
PURPOSE OF SOURCES SOUGHT
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors.
PROJECT DESCRIPTION & EXPERIENCE REQUIREMENTS
The Government is seeking qualified, experienced sources capable of designing and constructing an 8477 SM (91,245 SF), three-story, dormitory for Airmen. Facility will have 192 rooms and will follow the 2019 Air Force Standard Design Permanent Party Enlisted Dormitory design requirements. These include, but not limited to, private bathrooms and kitchenettes, reinforced concrete foundation, steel frame and reinforced concrete walls and floors. Project includes all utilities, pavements, site improvements, storm water management, landscaping, paved parking lot, and all required support to provide a complete and usable facility.
In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $25,000,000 and $100,000,000.
The minimum/special capabilities required for this project are:
--Prime Contractor experience with the Design-Build process on projects performed for the Government with processes such as submitting design submittals, safety plans, construction schedules, and quality control plans for design and construction prior to construction.
--Prime Contractor experience with managing a design firm capable of designing multi-story steel frame structures with reinforced concrete walls and floors.
--Prime Contractor experience providing facilities that meet stringent UFC requirements in the Design of Buildings to Resist Progressive Collapse
--Prime Contractor experience with constructing dormitories
--Prime Contractor experience with the security requirements imposed on construction contractors and associated personnel working on military installations
The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45 Million.
Small Businesses are reminded under FAR 52.219-14 DEV, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees, or similarly situated entities for general construction-type procurement.
Prior Government contract work is not required for submitting a response under this sources sought synopsis.
Anticipated solicitation issuance date for the solicitation is on or about 21 October 2025. The official synopsis citing the solicitation number will be issued on SAM.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued.
INSTRUCTIONS ON SUBMISSION OF RESPONSES TO THIS SOURCES SOUGHT
Firm’s response to this Sources Sought shall be limited to 15 pages and shall include the following information:
1. Firm’s name, address, point of contact, phone number, e-mail address, CAGE, DUNS, and website (if applicable).
2. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, EWOSB,
3. Provide a list of at least three examples of same or similar work performed by your firm in the past 5 years of same or similar size, scope, magnitude, and complexity as the Design-Build 192 Person Dormitory.
a. Provide a brief description of the project, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether your firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Protégé program. If your firm was a subcontractor indicate your role in the project and the dollar value of the portion performed.
4. Firm’s experience with the minimum capabilities listed in this Sources Sought Notice.
5. Do you intend to have partners represented in the response? This includes, but is not limited to, existing joint venture partners, potential teaming partners, prime contractor (if responder is potential subcontractor), or subcontractors (if responder is potential prime contractor). If yes, please describe the partner and the expected relationship with respect to this activity.
6. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to the estimated construction price range of this project.
Procurement Integrated Enterprise Environment (PIEE)
All prospective Offerors and their Subcontractors must be registered in the System for Award Management (SAM) at www.SAM.gov and the PIEE website to be able to download solicitation information.
Solicitation documents, plans, and specifications are only available to be download from PIEE, which may be accessed at https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.
Registration should be completed one (1) week prior to the anticipated solicitation release date. USACE will not notify Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation’s posting and for any posted changes or amendments.
Copies of the solicitation and the solicitation plans and specifications will be made available when accessed through PIEE without charge once the solicitation is released.
Interested Firms shall respond to this Sources Sought no later than 14 March 2025, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Diana Keeran at diana.m.keeran@usace.army.mil.
Firms responding to this sources sought notice who fail to provide ALL the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought and PLA survey.
If inadequate responses are received, this solicitation may be issued for full and open competition.
Please be advised that this project can be cancelled at any time.