Opportunity

SAM #W912QR26BA010

Construction of Unmanned Fusion Warfare Laboratory at NSWC Crane, Indiana

Buyer

USACE Louisville District

Posted

April 07, 2026

Respond By

April 21, 2026

Identifier

W912QR26BA010

NAICS

236220, 237990

The U.S. Army Corps of Engineers, Louisville District, is soliciting bids for the construction of a new Unmanned Fusion Warfare Laboratory (UFWL) at the Naval Surface Warfare Center (NSWC) Crane, Indiana. - 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 - Facility Requirements: - Design/bid/build construction of a secure laboratory facility - Secure spaces compliant with ICD 705 - Mission engineering support areas - Secure research laboratories - Secure server room and conference room - Supporting spaces: entry lobby, breakroom, restrooms, lactation room, communications, electrical, and mechanical rooms - Site preparation, utilities, stormwater management, incidental improvements, and demolition - Three floor plan options (7,321 SF, 7,938 SF, 8,970 SF); one will be selected for construction based on bid cost - Facility must meet anti-terrorism standards (UFC 4-010-01) and incorporate cybersecurity features - Procurement Details: - Firm-Fixed-Price (FFP) construction contract - NAICS 236220 (Commercial and Institutional Building Construction) - Estimated contract value between $5,000,000 and $10,000,000 - Small Business Set Aside - Sealed bid process under FAR Part 14; selection based on lowest price - No specific OEMs or vendors are named in the solicitation.

Description

Unmanned Fusion Warfare Laboratory - Pre-Solicitation Synopsis

DESCRIPTION: Design/bid/build construction of a new Unmanned Fusion Warfare Laboratory (UFWL) facility at Naval Surface Warfare Center (NSWC) Crane, Indiana.  The building includes secure space; mission engineering support spaces (collaborative and office); secure research laboratories, secure server room, and secure conference room. The facility secure space must be ICD 705 compliant and meet anti-terrorism standards in compliance with UFC 4-010-01. The facility must incorporate necessary cybersecurity features. Supporting facility spaces include: entry lobby; breakroom; restrooms; lactation room; communications, electrical and mechanical rooms. Site preparation including pavement, utilities, stormwater management, and incidental improvements and demolition will be required. Three separate floor plans will be solicited for quotation of 7,321 SF, 7,938 SF, and 8,970 SF. One floor plan will be selected for construction contingent upon bid cost.  

The Contract Duration is estimated at 674 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 25 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 http://Sam.gov. PLEASE BE SURE TO SEND RESPONSES TO THE INDIVIDUAL LISTED IN THE SOLICITATION AND BE AWARE OF THE DATE FOR SUBMISSION IF YOU WISH TO ATTEND THE SITE VISIT.

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.  

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://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 award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.  

POINT-OF-CONTACT:  The point-of-contact for this procurement is Chase Rost, Contract Specialist, at chase.j.rost@usace.army.mil.

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

View original listing