Opportunity
SAM #W912QR26RA049_Presolicitation_Notice
Construction of Small Arms Ammunition Magazine at Bluegrass Army Depot
Buyer
USACE Louisville District
Posted
April 03, 2026
Respond By
April 21, 2026
Identifier
W912QR26RA049_Presolicitation_Notice
NAICS
236220, 236210
The U.S. Army Corps of Engineers (USACE), Louisville District, is preparing to solicit proposals for the construction of a Small Arms Ammunition Magazine at Bluegrass Army Depot in Richmond, Kentucky. - Project Scope: - Design and build a 180,000 square foot ammunition storehouse for small arms ammunition - Includes a munitions surveillance workshop and associated egress components - Facility features: loading docks, ramps, lightning protection, fire protection and alarm systems, cybersecurity measures, and Energy Monitoring Control System (EMCS) connection - Supporting infrastructure: utilities, electric service, site lighting, parking, access roads, paving, sidewalks, storm drainage, and information systems - Procurement Details: - Firm-fixed-price contract - Two-phase design/build best value tradeoff process - Notable Requirements: - Compliance with DoD Unified Facilities Criteria - Sustainability and energy enhancements - Minimum 40-year facility lifespan - Offerors must have current Cybersecurity Maturity Module Certification (CMMC) - No specific OEMs or vendors are identified in the notice
Description
Bluegrass Army Depot Small Arms Ammunition Magazine
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) for the Construction of a Small Arms Ammunition Magazine at Bluegrass Army Depot (BGAD) located in Richmond, Kentucky.
DESCRIPTION: This project is for the construction of a 180,000 SF Ammunition Storehouse for Small Arms Ammunition and a Munitions Surveillance Workshop and to accommodate required egress components. The facility includes loading docks, ramps, lightning protection system, fire protection and alarm systems, and cybersecurity measures, and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include utilities (water, sewer, gas), electric service, site lighting, organizational parking, access roads, paving, sidewalks, storm drainage, information systems, and site improvements. Heating and air conditioning will be provided by a self-contained system. Comprehensive building and furnishings related to interior design services are required. Access for individuals with disabilities will be provided. Facilities will be designed to a minimum life span of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 3.5 Tons).
The Contract Duration is nine hundred twelve (912) calendar days from the Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220. TYPE OF SET-ASIDE: Unresisted Procurement.
SELECTION PROCESS: This will be a two-phase Design/Build procurement process. The proposals will be evaluated using the Best Value Tradeoff source selection process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in section 00 22 16 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Past Performance and Management Plan. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.
Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and
evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Design/Technical, Small Business Participation Plan, and Price. Business Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information, and Subcontracting Plan will also be required to meet the minimum requirements of the solicitation.
All evaluation factors, other than cost or price, are considered approximately equal to cost or price.
DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be $25,000,000 - $100,000,000 in accordance with DFARS 236.204. The Government expects the higher end of that range. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 21 April 2026. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to SAM.gov
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, SAM.gov
Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at System for Award Management (SAM) website at SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of proposal due date an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
Cybersecurity Maturity Module Certification (CMMC)
The Offeror shall have a current CMMC status, the required level will be in the solicitation documents. This is used for all information systems used in performance of the contract that process, store, or transmit FCI or CUI. See DFARS 252.204-7021.
Offerors will need to be registered in the Procurement Integrated Enterprise Environment (PIEE) at: https://piee.eb.mil. Then Navigate to the Supplier Performance Risk System (SPRS) to register for CMMC. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Jacob Pridemore at jacob.s.pridemore@usace.army.mil
This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.