Opportunity
PIEE #N65236-26-RFPREQ-LSUBP00034-0074-01
USACE MATOC for GBSD Utility Corridor Construction at F.E. Warren AFB and Surrounding Regions
Buyer
NIWC Atlantic
Posted
April 30, 2026
Respond By
June 01, 2026
Identifier
N65236-26-RFPREQ-LSUBP00034-0074-01
NAICS
541330, 237130, 237990
The U.S. Army Corps of Engineers, Omaha District (Northwest Division), is seeking contractors for a large-scale, multi-award contract to deliver construction services for the Ground Based Strategic Deterrent (GBSD) Utility Corridor at F.E. Warren Air Force Base and surrounding regions. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Northwest Division, Omaha District - Scope of Work: - Design-Build and Design-Bid-Build construction services for underground utilities and telecommunications infrastructure - Tasks include trenching, conduit installation, communication lines, pull vaults, manholes, boring under roadways/rivers/railways, and installation of communications media - Task orders may cover 250-750+ miles of infrastructure - Products/Services Requested: - Construction and installation of utility corridors and fiber telecommunications media - No specific OEMs, part numbers, or product quantities are specified - Notable Requirements: - Up to five contracts will be awarded under a Multiple Award Task Order Contract (MATOC) structure - Two-phase evaluation: Phase One focuses on past performance and technical approach; Phase Two includes technical, small business participation, and pricing - Offerors must submit detailed project experience (minimum $20M value), Project Labor Agreement (PLA), and demonstrate at least 25% small business subcontracting - Contract includes a five-year base, two-year option, and six-month extension - Projects must be relevant to military, civil, and telecommunications infrastructure in northern plains climates - Locations: - Primary place of performance is F.E. Warren Air Force Base (Cheyenne, WY), with work extending into southeast Wyoming, northeast Colorado, and western Nebraska
Description
This Market Survey is issued for the purpose of assessing Small Business capabilities. Small Business firms having the capabilities to perform the tasking described in this MS are encouraged to respond. It should be noted that any resultant set aside contract or task order for services (except construction) will include the applicable limitations on subcontracting clause. If responding using similarly situated entities (SSEs), as defined in FAR 52.219-14, Limitations on Subcontracting, the small business prime will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not SSEs. See FAR Clauses: 52.219-27 - Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-3 - Notice of HUBZone Set-Aside or Sole Source Award); 52.219-29 – Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns; 52.219-30 – Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program. Note: The respondent (prime) proposing an SSE arrangement will need to have the infrastructure and resources in place to manage the entire contract and task order(s). Only Small Business firms currently holding SeaPort NexGen Prime Contracts should respond and will be evaluated.