Opportunity

SAM #W912QR26RA051

Design/Bid/Build Construction of Collective Training Barracks at Fort Devens, MA

Buyer

USACE Louisville District

Posted

April 28, 2026

Respond By

May 13, 2026

Identifier

W912QR26RA051

NAICS

236220, 238210, 238290, 541310, 238220, 238910

The U.S. Army Corps of Engineers (USACE), Louisville District, is soliciting proposals for the Design/Bid/Build construction of a new Collective Training Barracks at Fort Devens (Devens Reserve Forces Training Area), Massachusetts. - Project scope includes: - Construction of a 46,000 square foot, three-story barracks facility to house 300 personnel in open bay sleeping rooms - Additional spaces for storage, team rooms, laundry, restrooms, and showers - Installation of physical access control, intrusion detection, mass notification, and infrastructure for future closed-circuit television - Connection to energy monitoring and control systems, sustainability and energy conservation measures - Fire protection and alarm systems, cybersecurity measures, and 100% redundancy for heating and cooling - Site improvements: utilities, lighting, paving, sidewalks, storm drainage, landscaping, and signage - Demolition of two adjacent buildings - Comprehensive interior design services - Accessibility for individuals with disabilities - Compliance with DoD Minimum Antiterrorism standards and a minimum facility life of 40 years per Unified Facilities Criteria - Hazardous materials management per regulations - No specific OEMs or vendors are named in the solicitation - Estimated contract value is between $25 million and $100 million - Place of performance is Fort Devens, Massachusetts - Contract duration is approximately 780 days from notice to proceed

Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE), Louisville District intends to issue an Unrestricted (full and open), solicitation (W912QR26RA051) for the construction of the Collective Training Barracks located at Devens Reserve Forces Training Area in Massachusetts. This is a Design/Bid/Build project for the construction of a 46,000 SF facility that will be based on the standard design for an Operational Readiness Training Complex (ORTC). The facility will be a three-story barracks housing 300 personnel in open bay sleeping rooms. The barracks will also contain storage, team rooms, laundry, restrooms, and showers. Work also includes the installation of a physical access control system, intrusion detection system, mass notification system, and infrastructure for future closed-circuit television; connection to an energy monitoring control system; sustainability and energy measures; fire protection and alarm systems; cybersecurity measures, and 100 percent redundancy for heating and cooling systems which will be provided by a self-contained system or a connection to the existing energy plant. The existing site is established however the project will include modifications to supporting facilities including site work, utilities and connections, lighting, paving, sidewalks, curbs and gutters, storm drainage, information systems, landscaping, and signage. Accessibility for individuals with disabilities will be provided. Comprehensive building and furnishings related interior design services are required. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Facilities will be designed to a minimum life 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. Asbestos, lead-based paint, biohazard, or other hazardous materials, if found, will be handled, stored, and disposed in accordance with current laws and regulations. Demolition of two (2) adjacent buildings is required for this project.

The Contract Duration is estimated at 780 days from Administrative 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 – Commercial and Institutional Building Construction.

TYPE OF SET-ASIDE: This acquisition is an Unrestricted (full and open) procurement.

SELECTION PROCESS: This is a Design/Bid/Build procurement, Source Selection Best Value Trade-Off.

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.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000, in accordance with DFARS 236.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 25 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 https://sam.gov.

SOLICITATION WEBSITES: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the federal Contract Opportunities website, https:/ /sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module website, https:/ /piee.eb.mil/. 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 System for Award Management at https:/ /sam.gov. Amendments, if/when issued, will be posted to the above referenced websites for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors' responsibility to check the websites 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): Offerers 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 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 Ryan King, at ryan.m.king2@usace.army.mil

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

PARTNERING WITH US: https://www.usace.army.mil/Business-With­

Us/Partnering/

View original listing