THIS SOURCES SOUGHT NOTICE is for informational purposes only. THE SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow-up information requests. Respondents will not be notified of the results of the sources sought or resulting market research.
The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential Design-Build Construction Solicitation for the Elevated Water Storage Tanks, Kolekole & East Range, Schofield Barracks, Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE.
Project Description:
The U.S. Army Corps of Engineers (USACE) requires construction support of the Schofield Barracks Water System (SBWS) improvements within the Kolekole district and East Range of Schofield Barracks, Hawaii. The project scope encompasses the construction of elevated potable water storage tanks across two (2) distinct sites, inclusive of a water supply storage facility and a booster pump station associated with one site. Each water storage tank will have 500,000 gallon capacity. The booster pump station will be a single-story structure engineered to accommodate primary and backup pumping units, an overhead bridge crane, and an emergency generator with associated fuel storage. Critical infrastructure requirements include the installation of potable water distribution lines, special foundations, redundant power systems, and comprehensive mechanical and electrical service distribution. Facility designs must integrate advanced building systems, to include SCADA communications, Energy Monitoring Control Systems (EMCS), fire protection, and Intrusion Detection Systems (IDS). All project deliverables shall strictly adhere to current DoD Cybersecurity standards, Anti-Terrorism/Force Protection (AT/FP) regulations, and sustainability mandates, incorporating Low Impact Design (LID) for stormwater management.
Interested PRIME CONSTRUCTION CONTRACTORS should submit the following:
- Narrative demonstrating design-build experience, in constructing water storage tanks at a remote location with a limited footprint. If the construction experience from was not in a remote location with a limited footprint, provide construction experience working at a location comparable in setting to Schofield Barracks, Oahu, Hawaii.
- Narrative demonstrating experience in constructing elevated or on-ground water storage tanks with a minimum 500,000 gallons capacity.
- Narrative demonstrating capability of constructing two separate projects concurrently across non-contiguous sites.
- Bonding capability for a single contract action of at least $70M and aggregate of at least $100M by the interested prime contractor.
- UEI and CAGE CODE, Expiration date in SAM.GOV.
- Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19.
Interested Small Business Subcontractors should submit the following:
- Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed.
- The size of the crew(s) available to perform work.
- Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business
- UEI and CAGE CODE, Expiration date in SAM.GOV.
Narratives shall be no longer than two (2) pages.
The following anticipated small business subcontracting goals have been established and are considered reasonable and achievable for the performance of this requirement. Please advise whether these goals are not achievable. If so, please specify any factors that may prevent from achieving these goals.
- 25% of the subcontracted amount with small businesses;
- 20% with small disadvantaged businesses;
- 2% with woman-owned small businesses;
- 1.79% with HUBZone small businesses;
- 2% with veteran-owned small businesses;
- .30% with service-disabled veteran-owned small businesses;
Email responses are required. Responses are to be sent via email to christie.s.lee@usace.army.mil and jennifer.i.ko@usace.army.mil no later than February 18, 2026, 2:00 p.m. Hawaii Standard Time.
Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.