Opportunity
SAM #W91226RA011
Design-build construction of Communications Squadron Headquarters Facility at Davis-Monthan Air Force Base
Buyer
USACE Los Angeles District
Posted
April 01, 2026
Identifier
W91226RA011
NAICS
237130, 238290, 236220
This opportunity seeks qualified contractors for the design-build construction of a 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 and construct a 45,025 square foot headquarters facility - Facility features include: - Reinforced concrete foundation - Structural steel frame - Standing seam metal roof - Exterior finishes - 500KW generator (authorized by Air Force Manual 32-1062) - Supporting infrastructure: site improvements, utilities, communications, pavements, parking, sidewalks - Compliance Requirements: - Must meet Intelligence Community Directive 705 criteria and standards - Must comply with Department of Defense Unified Facilities Criteria 1-200-01 (permanent construction) and 4-010-01 (antiterrorism/force protection) - Facility must withstand wind loads and seismic effects per applicable codes - Use local materials and construction techniques where cost effective - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Unique/Notable Requirements: - Facility must comply with security and force protection standards - Generator sizing and authorization per Air Force Manual - Emphasis on local materials and construction methods - 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 with reinforced concrete foundation, concrete slab, structural steel frame, standing seam metal roof and exterior. Portions of this facility must be constructed to comply with Intelligence Community Directive 705 criteria and standards. The facility should be compatible with applicable Department of Defense, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. The facility must be able to withstand wind loads and seismic effects as prescribed in applicable codes and design guides. The facility will include a 500KW generator which is 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. Facilities will 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 Criteria 4-010-01.THIS PROJECT IS AN UNRESTRICTED REQUEST FOR PROPOSAL (RFP), BEST VALUE TRADE-OFF. The procurement method used will be 1-step best value trade-off. Eligible offerors will be required to provide a technical and price proposal for consideration of award. The technical proposal will be evaluated based on the evaluation criteria stated in the RFP. When the U.S. Army Corps of Engineers (USACE) uses a Best Value Trade-Off procurement, it is seeking to award a contract to the contractor that provides the greatest overall benefit in response to the requirement, not necessarily the one with the lowest price. This method allows for a tradeoff between non-cost factors and cost/price, and lets the Government accept 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 price contract. The solicitation will be available on or about 16 April 2026. The solicitation and all amendments for this acquisition will be posted on SAM.GOV, http://sam.gov/. It is the responsibility of the offerors to check the designated government point of entry - sam.gov - frequently for any amendments or changes to the solicitation. All Offerors are also advised that this procurement 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 W91226RA011Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module