SOURCES SOUGHT NOTICE
Construct a Hangar Door Expansion at Fort Hood, Texas
This is a SOURCES SOUGHT notice; 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 NOTICE. No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy. The planned acquisition strategy will be posted as a change to this synopsis, as required by regulation. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB[1]Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). Large Businesses and Small Businesses are highly encouraged to respond to solidify the acquisition strategy. The acquisition strategy will be determined based on responses received from this notice and/or other market research methods. The U.S. Army Corps of Engineers – Fort Worth District has been tasked to solicit for and award a firm fixed-price construction project for construction of a Hangar Door Expansion at Fort Hood, Texas. The North American Industry Classification System (NAICS) code for this procurement is 236220 which has a small business size standard of $45,000,000. Should this action be solicited as Full and Open Competition, a Small Business Participation Commitment Document will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan. Prior Government contract work is not required for submitting a response to this notice. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual (EM385-1-1), and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance is TBD. The official notice citing the solicitation number will be issued via the GPE and firms are to register electronically to receive a copy of the solicitation when it is issued. Response to this Notice shall be limited to 5-10 pages and shall include the following information: 1. Firm’s name, address, point of contact, phone number, Unique Entity Identifier and e-mail address. 2. Firm’s interest in bidding on the solicitation when it is issued. 3. Firm’s experience to perform the magnitude and complexity outlined in the Scope of Work above by providing: Brief description of the project, customer name, and dollar value of the project – provide at least 3 and no more than 6 examples, if possible. 4. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5. Will the firm submit a response as a Joint Venture or other arrangement? • If YES, provide specific type: Joint Venture, Mentor-Protégé, Teaming Arrangement, or Other 6. Firm’s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 7. Firm’s capability statement. This announcement and all information will be issued via the Government Point of Entry, and Offerors must be active in the System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that includes FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance – per FAR 52.204-26. The Supplier Performance Risk System (SPRS) is the Department of Defense, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79. Review NIST SP 800-171 for further information.
Interested Firms shall respond to this Notice no later than 3 February 2026, 2:00 PM (CST). Email your response to Nicole Esser at Nicole.r.esser@usace.army.mil. *EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.