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-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). All 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 and award a construction requirement for a Chapel for Army, Navy, Air Force Marines and Coast Guard military trainees at Joint Base San Antonio (JBSA)-Lackland Air Force Base (AFB), TX. Anticipated project will be a competitive, firm-fixed price, design-bid-build, contract procured in accordance with FAR 15, Negotiated Procurement using “Best Value” trade-off process.
The Government is seeking qualified, experienced sources capable of constructing a chapel with worship areas, education and administration areas, and a trellis structure/plaza area for more than 19 separate faith groups. The construction will require a standing seam metal roof, standard slab on grade, and concrete masonry unit walls. The project will demolish two facilities, building 9020 (3,311 SM) and building 9028 (3,424 SM) (Total: 6,735 Square Meters). The project will include all necessary utilities, site improvements, pavements, and communication to provide a complete and usable facility. The environmental remediation will include the removal of asbestos, and any additional work needed to mitigate potential hazards. Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01, General Building Requirements. This project will comply with DoD Antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01.
Minimum experience requirements: At least three (3) years of experience as a prime contractor on design-bid-build project(s) with an individual value range between $50M and $150M, within the last ten (10) years. If the project is a multi-faith and/or religious facility, the value does not need to meet the range
Challenges to the project: Project complexity, as this is not a standard building. Security requirements of working on a military installation. Site logistics of managing a complex construction site with multiple subcontractors and deliveries, while maintaining security and minimizing impact on the surrounding base environment. Budget constraints, as this is a US Congressionally funded military construction project and anticipating awarding as a firm-fixed price construction contract. Requires experience integrating and partnering with Government entities to achieve successful construction execution.
In accordance with DFARs 236.204, the estimated construction price range for this project is between $100,000,000 and $250,000,000.
The Estimated duration of the project is between 18 and 30 months.
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 Y1FE – Construction of Religious Facilities.
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.
Should this action be set-aside for small business, firms are reminded of the requirements under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime’s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
Should this action be solicited as Full and Open Competition, a Small Business Participation Proposal 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 (EM 385-1-1), and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations.
Anticipated solicitation issuance date is on or about February 13, 2026, and the estimated proposal due date will be on or about April 30, 2026. 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 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 [add the years of experience to what will be required in the solicitation] by providing:
• Brief description of the project, customer name, and dollar value of the project – provide at least 3 examples.
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 Preliminary Construction Approach: Please include a brief construction strategy that addresses site logistics, major milestones, phasing considerations, and how you intend to mitigate cost and schedule risks. This information will be used to assess your firm’s understanding of the project’s complexities and your potential ability to deliver a successful outcome.
8. If a federal project required a PLA, would your company be likely to bid on it? Why or why not?
9. How do current local labor market conditions (e.g., skilled labor shortages, wage rates, union density) influence your perspective on PLAs?
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, single, 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 15August 2025. Mail, fax or email your response to Christine Noriega at christine.noriega@usace.army.mil.
*EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.*