Opportunity
SAM #W569QE26X0005
Temporary Modular Office Facilities and Support Services at Laughlin Air Force Base and Military Training Areas
Buyer
U.S. Army Contracting Command
Posted
April 10, 2026
Respond By
April 15, 2026
Identifier
W569QE26X0005
NAICS
332311, 532490, 561210, 238290, 238220
This opportunity seeks a contractor to provide, install, maintain, and remove temporary modular office facilities and supporting services for U.S. Army and Joint Task Force operations at Laughlin Air Force Base, Texas, and other military locations. - Government Buyer: - U.S. Army, Mission Installation Contracting Command, 410th Contracting Support Battalion (CSB) - Joint Task Force Southern Border (JTF-SB), Task Force Guardian - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation or attachments. - Products/Services Requested: - Temporary modular office buildings (multiple units and one large facility) - Main facility at Laughlin AFB: minimum 4,000 sq ft, eight office spaces, conference room, controlled-access room for SECRET equipment - Modular office trailer rentals: 12 units per year, base plus four option years - Teardown and removal of trailers - Office furnishings: 65 desks, 65 padded chairs, conference tables and chairs - Latrine facilities: two integrated, climate-controlled restrooms per main facility; multiple portable latrines and hand wash stations at various training areas - Electrical and communications infrastructure: 50 electrical outlets, 50 CAT5/6 ports, commercial internet, secure workspace (SIPR-capable) - Ancillary support: gray water tanks, dumpsters, maintenance, HVAC, plumbing, security checks, and required personnel training - Unique or Notable Requirements: - Turnkey solution: all labor, materials, equipment, transportation, installation, and setup included - Facility must support approximately 65 personnel and meet security, safety, and utility standards - Contractor must provide ongoing maintenance, repairs, and quality control - All contractor personnel must pass security/background checks and complete specified training - Set aside for HUBZone, Women-Owned, or Service-Disabled Veteran-Owned Small Businesses - Multiple locations supported, including various training areas and drop zones - Period of Performance: - Base year plus four 12-month option years (total up to five years) - Main facility at Laughlin AFB: anticipated start in June 2026, with option years through May 2031 - Locations: - Primary: Laughlin Air Force Base, Del Rio, Texas - Additional: Multiple military training areas (e.g., TA44, TA34, CAAF, SABRE, Range 28, Sukchon DZ, FCKY, and others)
Description
This is a Sources Sought Notice issued solely for market research and planning purposes. This notice does not constitute a solicitation, Request for Quote (RFQ), or Request for Proposal (RFP). No contract will be awarded based solely on responses to this notice. The Government is seeking to identify qualified contractors capable of providing non‑personal services to furnish and install one (1) temporary modular office facility at Laughlin Air Force Base, Texas, in support of Joint Task Force–Southern Border (JTF‑SB) operations.
The Contractor shall provide all labor, equipment, tools, materials, transportation, and supervision necessary to deliver, install, and make fully operational a modular facility capable of supporting approximately 65 personnel, including expeditionary office space, Secret Internet Protocol Router Network (SIPR)‑capable workspace, two (2) latrines, office furnishings, all installation and setup, and placement at the location identified in the performance work statement (PWS). This requirement is for a turnkey solution.
This requirement is currently an 8(a) program effort. In order for the Government to disenroll this requirement from the 8(a) program and transition it to a small business set‑aside, the resulting award must be made to a qualifying small business in one of the following categories: Historically Underutilized Business Zone (HUBZone), Women‑Owned Small Business (WOSB), or Service‑Disabled Veteran‑Owned Small Business (SDVOSB). Responses from firms in these categories are especially important to the Government’s market research.
Interested vendors shall submit a Capability Statement addressing their ability to meet the requirement. A recommended Capability Questionnaire is attached.
For market research purposes, the Government requests non‑binding, rough‑order‑of‑magnitude (ROM) cost estimates. These estimates are for planning only, are not quotes or proposals, are not binding, and will not be evaluated competitively or used to award a contract. A recommended Price Schedule is attached.
Please answer the following questions:
• Do you have the capability to complete this requirement? • What is the lead time needed to facilitate this requirement? • Which small business category do you qualify for (HUBZone, WOSB, SDVOSB)?
The period of performance will tentatively be from 1 June 2026 to 31 May 2031 at Laughlin Air Force Base, Texas. This will be a small business set‑aside for one of the following: HUBZone, WOSB, or SDVOSB.
Submission Instructions: Responses Due: NLT 15 April 2026 Questions Due: NLT 13 April 2026 – 1300 CDT Email subject line: “Sources Sought Response – Temporary Modular Office Facility (Laughlin AFB)” Submit responses to: tameka.t.harwood.mil@army.mil and catherine.r.mckinney.mil@army.mil
Additional Information: All proprietary information must be clearly marked. The Government will not reimburse any costs associated with responding to this notice. This notice does not obligate the Government to issue a solicitation or award a contract. Please see the attached PWS, Price Schedule and Capability Questionnaire for additional details.