Opportunity

SAM #W912QR-60893604

Design-build Construction of Readiness Building and Deployment Line at Fort Campbell, KY

Buyer

USACE Louisville District

Posted

April 14, 2026

Identifier

W912QR-60893604

NAICS

236220

The U.S. Army Corps of Engineers (USACE) Louisville District is soliciting proposals for a design-build construction project at Fort Campbell, Kentucky. - Project Scope: - Design and construct an 8,000 square foot Readiness Building - Build a 400'x300' Deployment Readiness Line - Pave the area with concrete, install fencing and lighting, and clearly mark Readiness Lines - Facility will support Fort Campbell's Power Projection Platform by storing vehicles and equipment pre-inspected for Air Force certification and ready for rapid aircraft loading - Technical Requirements: - Facility must be designed for a minimum 40-year lifespan - Must comply with DoD Unified Facilities Criteria (UFC 1-200-02), including energy efficiency, building envelope, and integrated building systems performance - Procurement Details: - Firm-Fixed-Price contract under NAICS 236220 (Commercial and Institutional Building Construction) - Set aside for small businesses - No specific OEMs or vendors are named in the notice

Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District is issuing a Request for Proposal (Two Phase Evaluation Board RFP) for the Stagging and Marshaling Area, located in Fort Campbell, KY. This will be a design-build to budget project to construct an 8,000 SF Readiness Building with 400'x 300' Deployment Readiness Line to support Fort Campbell's Power Projection Platform. The total area will be paved with concrete, including fencing and lighting, and have Readiness Lines clearly identified. The paved area will be utilized to store vehicles and equipment that have been pre-inspected to meet Air Force certification that will be prepped and ready for aircraft loading on a moment's notice. 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.

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 - Commercial and Institutional Building Construction. 

TYPE OF SET-ASIDE: Total Small Business Set aside

SELECTION PROCESS: This will be a two-phase Design-Build-to-Budget procurement process. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. Phase I consideration will be given in two (2) evaluation factors: Past Performance and Technical Approach. The highest rated proposals will be down selected, and offerors with these proposals will be invited to submit proposals for Phase II. A target of three (3) most highly qualified offerors will be selected to participate in Phase II. During Phase II, consideration will be given in three (3) evaluation factors: Design/Technical, Management Approach and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. 

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FARS 36.204.  DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. 

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation May 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. 

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at 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 the next prospective Offeror. 

POINT-OF-CONTACT: The point-of-contact for this procurement is Stephanie Drees, Contract Specialist, at Thomas.s.nauert@usace.army.mil 

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

View original listing