Opportunity

PIEE #W912PL26RA011

Design-Build Construction of Communications Squadron Headquarters Facility at Davis-Monthan AFB

Buyer

W075 ENDIST LOS ANGELES

Posted

May 07, 2026

Respond By

June 17, 2026

Identifier

W912PL26RA011

NAICS

236220, 237130, 238290

This opportunity seeks qualified firms to design and build a new Communications Squadron Headquarters Facility at Davis-Monthan Air Force Base, Tucson, Arizona. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Los Angeles District, KO Contracting Division - Project Scope: - Design and construction of a 45,025 square foot headquarters facility - Includes reinforced concrete foundation, structural steel frame, standing seam metal roof, and all supporting site improvements (utilities, communications, pavements, parking, sidewalks) - Installation of a 500KW generator (per Air Force Manual 32-1062) - Optional line items for Furniture, Fixtures & Equipment (FF&E) and Uninterruptible Power Supply (UPS) system - Technical Requirements: - Must comply with Intelligence Community Directive 705, Department of Defense, Air Force, and base design standards - Unified Facilities Criteria for permanent buildings - Antiterrorism/force protection standards - CMMC Level 1 cybersecurity compliance - Use of local materials and construction techniques where cost-effective - Compliance with wind load and seismic codes - Evaluation & Business Goals: - Best value trade-off procurement - Significant subcontracting goals for small and disadvantaged businesses - OEMs & Vendors: - No specific OEMs or vendors are named in the solicitation - Notable Requirements: - Optional FF&E and UPS system must be exercised within 550 days from notice to proceed - Performance period is 730 days from notice to proceed - Place of Performance: - Davis-Monthan Air Force Base, Tucson, AZ - Contracting offices in Los Angeles, CA and Tucson, AZ

Description

This is a design build project to construct a 45,025SF Communications Squadron headquarters facility with reinforced concrete foundation, concrete slab, structural steel frame, standing seam metal roof and exterior. Portions of this facility must be constructed to comply with Intelligence Community Directive 705 criteria and standards. The facility should be compatible with applicable Department of Defense, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. The facility must be able to withstand wind loads and seismic effects as prescribed in applicable codes and design guides. The facility will include a 500KW generator which is authorized by the Air Force Manual 32-1062. The project will include all supporting facilities such as site improvements, utilities, communications, pavements, parking, and sidewalks necessary to provide a complete and useable facility. Facilities will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01.This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria4-010-01.THIS PROJECT IS AN UNRESTRICTED REQUEST FOR PROPOSAL (RFP), BEST VALUE TRADE-OFF. The procurement method used will be 1-step best value trade-off. Eligible offerors will be required to provide a technical and price proposal for consideration of award. The technical proposal will be evaluated based on the evaluation criteria stated in the RFP. When the U.S. Army Corps of Engineers (USACE) uses a Best Value Trade-Off procurement, it is seeking to award a contract to the contractor that provides the greatest overall benefit in response to the requirement, not necessarily the one with the lowest price. This method allows for a tradeoff between non-cost factors and cost/price, and lets the Government accept a proposal that is not the lowest priced or the highest technically rated to achieve the best value. Evaluation Method: The project will be a negotiated procurement using the Best Value Trade-Off process to ensure a competitive, firm-fixed price contract. The solicitation will be available on or about 16 April 2026. The solicitation and all amendments for this acquisition will be posted on SAM.GOV, http://sam.gov/. It is the responsibility of the offerors to check the designated government point of entry - sam.gov - frequently for any amendments or changes to the solicitation. All Offerors are also advised that this procurement may be delayed, cancelled, or revised at any time during the solicitation, evaluation and/or final award processSubcontracting Goals:• The SDVOSB goal of (5% Subcontract value/3% Contract value) is reflective of the 2024 NDAA, number of SDVOSBs among the possible NAICS code scopes and past performance above• The SDB goal is (8% Subcontract value/5% Contract value) given the high numbers of SDBs within the NAICS codes of possible scopes in addition to SDB past performance below and DFARS 219.705-4.• The WOSB goal is (5% Subcontract value/4% Contract) value given the high numbers of WOSBs within the NAICS codes of possible scopes in addition to WOSB past performance above.• The HUB goal is (1.5% Subcontract value/1% Contract) value given the very low numbers of HUBs within the NAICS codes of possible scopes in addition to the HUB past performance above.• The SB goal is (40% Subcontract value/30% Contract) given the high numbers of SBs within the NAICS codes of possible scopes in addition to the SB past performance above. This SB goal is higher than the DoD recommended goal of 30%

View original listing