This is a SOURCES SOUGHT for market research purposes 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 SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation.
The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit and award a construction requirement for the Department of Defense (DoD) for a Military Working Dog (MWD) kennel complex comprised of three kennel facilities, providing a total of 450 dog runs at Joint Base San Antonio (JBSA)-Lackland Air Force Base (AFB), Texas. The Government is seeking qualified, experienced sources capable of constructing kennel facilities which will include private indoor and outdoor dog runs for each animal, in accordance with Air Force MWD Facility standard designs, as well as interior and exterior corridors to access dogs from both the indoor and outdoor runs. Each kennel facility will also include central support spaces including a latrine, tack room, grooming/screening room, food prep areas, and storage rooms. Kennel facilities will also have a covered artificial turf exercise area running the length of the building, with fencing and gates to subdivide the area as necessary to isolate one or multiple dogs. The final layout of the facility will be determined in close coordination with the end user in subsequent phases of design.
The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Businesses, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among responsible contractors.
The Government is seeking qualified, experienced sources capable of constructing the above referenced work.
In accordance with DFARS Part 236.204, the construction magnitude is between $100,000,000 - $250,000,000.
The Estimated duration of the project is 920 calendar days.
The North American Industry Classification System Code (NAICS) for this procurement is 236220 which has a small business size standard of $45 Million.
The Product & Service Code (PSC) is Y1JZ – Construction of Miscellaneous Buildings.
In accordance with FAR 22.503, use of Project Labor Agreement (PLA) is required in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects.
Small Businesses are reminded that FAR clause FAR 52.219-14 – Limitations on Subcontracting will be applicable to this contract.
Anticipated solicitation issuance date is on or about November 28, 2026, and the estimated proposal due date will be on or about January 11, 2027.
Firms responding to this Sources Sought shall answers the 6 questions below. If answer is Not Applicable, type in the letters NA.
1. Firm's name, address, point of contact, phone number, E-MAIL address, UEI Number, and Cage Code.
2. Firm's interest in bidding on the solicitation when it is issued.
3. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB.
4. Firm's Joint Ventures (existing), including Mentor Protege and teaming arrangement information if applicable.
5. Firm's Bonding Capability (construction bonding level per contract, expressed in dollars).
6. Company's capability to perform a contract of this magnitude, scope, and complexity by providing a brief description of up to three projects including customer names and phone numbers, timeliness of performance, and dollar values of the projects.
Interested Firm's shall respond to this Sources Sought no later than 2:00 P.M. (Central Standard Time), July 24, 2025. Email your response to Contract Specialist, Christine Noriega at EMAIL address: christine.noriega@usace.army.mil.