Opportunity

SAM #W912QR26BA008

Construction of Trusted Microelectronics Assurance Center (TMAC) at NSWC Crane, Indiana

Buyer

USACE Louisville District

Posted

April 06, 2026

Respond By

April 21, 2026

Identifier

W912QR26BA008

NAICS

236220

This opportunity involves the construction of the Trusted Microelectronics Assurance Center (TMAC) at NSWC Crane, Indiana, managed by the U.S. Army Corps of Engineers, Louisville District. - Government Buyer: - U.S. Army Corps of Engineers, Louisville District (ENDIST LOUISVILLE) - Contracting office located at 600 Dr Martin Luther King Jr Pl, Louisville, KY - Project Scope: - Design/bid/build construction of a single-story Pre-engineered Metal Building (PEMB) facility - Three possible floor plans: 6,830SF, 7,795SF, or 9,160SF (final selection based on bid cost) - Facility to include: - Special Security Office (SSO) space compliant with ICD 705 and UFC 4-101-5 - Anti-terrorism standards per UFC 4-010-01 - TEMPEST controls, including Radio Frequency Shielding - HVAC, electrical distribution, life safety systems - Reconfigurable office spaces - Contract Details: - Firm-Fixed-Price (FFP) construction contract - Estimated value between $5,000,000 and $10,000,000 - Set aside for small businesses - Sealed bid process under FAR Part 14; award based on lowest price - Unique Requirements: - Compliance with strict security and anti-terrorism standards - Incorporation of advanced TEMPEST and RF shielding measures - No specific OEMs or vendors are named in the solicitation.

Description

Trusted Microelectronics Assurance Center - Pre-Solicitation Synopsis

DESCRIPTION: Naval Surface Warfare Center (NSWC) Crane is for the design/bid/build construction of a new facility titled Trusted Microelectronics Assurance Center (TMAC).  This project will provide adequate Special Security Office (SSO) space that will be Intelligence Community Directive (ICD) 705 and UFC 4-101-5 compliant and meet anti-terrorism standards to be compliant with UFC (4-010-01) for executing the increasing workload in hardware cybersecurity and Anti-Tamper.  This project will incorporate the necessary Telecommunications Electronics Material Protected from Emanating Spurious Transmissions (TEMPEST) controls, including Radio Frequency Shielding. TMAC will involve the construction of a single-story Pre-engineered Metal Building (PEMB) facility that meets the current office standards including HVAC, electrical distribution, life safety and reconfigurable office spaces.  The three floor plans will be considered 6,830SF, 7,795SF and 9,160SF.  One floor plan will be selected for construction contingent upon bid cost.

The Contract Duration is estimated at 664 calendar days from Contract Notice to Proceed. The actual Period of Performance will be identified in the solicitation.

TYPE OF CONSTRACT AND NAICS: Award will be for one (1) Firm-Fixed-Price (FFP) Construction contract.  The North American Industrial Classification System Code (NAICS) for this effort is 236220 – Commercial and Institutional Building Construction.

CONSTRUCTION MAGITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FARS 36.204

TYPE OF SET-ASIDE: This acquisition will be listed as a Small Business Set Aside.

SELECTION PROCESS: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about May 6, 2026.  Actual dates and time will be identified in the solicitation. 

SOLICITIATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the Contracting Opportunities website, http://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 the Contracting Opportunities website at http://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.

POINT-OF-CONTACT:  The point-of-contact for this procurement is Megan Murphy, Contract Specialist, at Megan.r.murphy@usace.army.mil.

This announcement serves as the Advance Notice for this project.  Responses to this synopsis are not required.

View original listing