Opportunity
SAM #W912PL26RA011
Design-build construction of Communications Squadron Headquarters Facility at Davis-Monthan Air Force Base
Buyer
USACE Los Angeles District
Posted
April 01, 2026
Identifier
W912PL26RA011
NAICS
236210, 237130, 238290, 236220, 238110, 238210
This opportunity seeks qualified firms to design and build a new Communications Squadron headquarters facility at Davis-Monthan Air Force Base in Tucson, Arizona. - Government Buyer: - U.S. Army Corps of Engineers, Los Angeles District (ENDIST LOS ANGELES) - Project Scope: - Design-build construction of a 45,025 square foot facility - Facility must feature reinforced concrete foundation, concrete slab, structural steel frame, standing seam metal roof, and exterior - Must comply with Intelligence Community Directive 705 criteria and standards - Compatibility required with Department of Defense, Air Force, and base design standards - Use of local materials and construction techniques where cost effective - Facility must withstand wind loads and seismic effects per applicable codes and design guides - Products/Services Requested: - 500KW generator (authorized by Air Force Manual 32-1062) - All supporting facilities including site improvements, utilities, communications, pavements, parking, and sidewalks - Unique Requirements: - Permanent construction per Department of Defense Unified Facilities Criteria 1-200-01 - Compliance with antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01 - One-step best value trade-off procurement method (technical and price proposals required) - Place of Performance: - Davis-Monthan Air Force Base, Tucson, Arizona - Contracting office located in Los Angeles, California
Description
This is a design build project to construct a 45,025SF Communications Squadron headquarters facility withreinforced concrete foundation, concrete slab, structural steel frame, standing seam metal roof and exterior. Portions ofthis facility must be constructed to comply with Intelligence Community Directive 705 criteria and standards. The facilityshould be compatible with applicable Department of Defense, Air Force, and base design standards. In addition, localmaterials and construction techniques shall be used where cost effective. The facility must be able to withstand wind loadsand seismic effects as prescribed in applicable codes and design guides. The facility will include a 500KW generator whichis authorized by the Air Force Manual 32-1062. The project will include all supporting facilities such as site improvements,utilities, communications, pavements, parking, and sidewalks necessary to provide a complete and useable facility. Facilitieswill be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01.This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria4-010-01.THIS PROJECT IS AN UNRESTRICTED REQUEST FOR PROPOSAL (RFP), BEST VALUE TRADE-OFF. Theprocurement method used will be 1-step best value trade-off. Eligible offerors will be required to provide a technical and priceproposal for consideration of award. The technical proposal will be evaluated based on the evaluation criteria stated in theRFP. When the U.S. Army Corps of Engineers (USACE) uses a Best Value Trade-Off procurement, it is seeking to award acontract to the contractor that provides the greatest overall benefit in response to the requirement, not necessarily the onewith the lowest price. This method allows for a tradeoff between non-cost factors and cost/price, and lets the Governmentaccept a proposal that is not the lowest priced or the highest technically rated to achieve the best value. Evaluation Method:The project will be a negotiated procurement using the Best Value Trade-Off process to ensure a competitive, firm-fixed pricecontract. The solicitation will be available on or about 16 April 2026. The solicitation and all amendments for this acquisitionwill be posted on SAM.GOV, http://sam.gov/. It is the responsibility of the offerors to check the designated government pointof entry - sam.gov - frequently for any amendments or changes to the solicitation. All Offerors are also advised that thisprocurement may be delayed, cancelled, or revised at any time during the solicitation, evaluation and/or final award process Additional Links:Department of Defense Procurement ToolboxPIEE Solicitation Module Link for W912PL26RA011Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module