SOURCES SOUGHT
Y -- Chapman MWD Large Capacity Kennel
- Notice Date
- 11/17/2025 1:43:04 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G27RA005
- Response Due
- 11/28/2025 12:30:00 PM
- Archive Date
- 12/13/2025
- Point of Contact
- Bijay Gurung, Phone: 8178861018, Robert Buchanan, Phone: 8178861562
- E-Mail Address
-
bijay.gurung@usace.army.mil, robert.e.buchanan@usace.army.mil
(bijay.gurung@usace.army.mil, robert.e.buchanan@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Sources Sought Notice For FY27 Chapman MWD Large Capacity Kennel at Joint Base San Antonio, Texas This is a SOURCES SOUGHT notice; a market survey, for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB). All are highly encouraged to respond to solidify the acquisition strategy. The acquisition strategy will be determined based on responses received from this notice and/or other market research methods. The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a firm-fixed-price, design-bid-build construction project for the construction of a large DoD Military Working Dog (MWD) kennel complex at Joint Base San Antonio, Texas. The Government is seeking experienced firms for the following scope of work: Construct a large DoD MWD kennel complex comprised of three kennel facilities, providing a total of 400 dog runs, and one Kennel Support Facility. Kennel facilities will include private indoor and outdoor dog runs for each animal, in accordance with Air Force MWD Facility standard designs, as well as interior and exterior corridors to access dogs from both the indoor and outdoor runs. Each kennel facility will also include central support spaces including a latrine, tack room, grooming/screening room, food prep areas, and storage rooms. Kennel facilities will also have a covered artificial turf exercise area running the length of the building, with fencing and gates to subdivide the area as necessary to isolate one or multiple dogs. Kennel buildings will be single-story structures with load bearing reinforced CMU walls at the perimeter of the buildings, brick veneer at the ends of the kennel wings and central support areas, standing seam metal roofs with a minimum 3:12 slope and sufficient insulation above deck to meet the local energy requirements, galvanized steel roof decks, open-web steel joists spanning the exterior walls without interior support columns, reinforced concrete ribbed mat slab foundations, reinforced concrete beams beneath the exterior CMU walls and interior beams, painted CMU interior construction, and sealed concrete floors. The Kennel Support Facility will be a single story, largely administrative building, with spaces for private offices, open work areas, training rooms/classrooms, locker rooms for trainers, storage rooms, etc. The final layout of the facility will be determined in close coordination with the end user in subsequent phases of design. The project includes all required site preparation, site improvements, utilities, stormwater management features, communications support, mass notification systems, fire protection and suppression systems, pavements, landscaping, and all supporting work for complete and usable facilities. The environmental remediation will consist of removal of contaminated soils likely present in the area. Facilities will be designed as permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements. This project will comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01. Air Conditioning: 240 Tons. In accordance with DFARS 236.204, the estimated construction price range for this project is between $25,000,000 and $100,000,000. Estimated duration of the project is 730 calendar days. NOTE: The project duration in the actual solicitation could be increased or decreased. The North American Industry Classification System (NAICS) code for this procurement is 236220 which has a small business size standard of $45,000,000. The Product Service Code is Y1AZ�Construction of Other Administrative Facilities and Service Buildings. Should this action be set-aside for small business, firms are reminded of the requirements under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime�s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Should this action be solicited as Full and Open Competition, a Small Business Participation Proposal will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan. Prior Government contract work is not required for submitting a response to this notice. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual (EM 385-1-1), and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance is mid-February 2027, and the estimated proposal due date will be early-April 2027. The official notice citing the solicitation number will be issued via the GPE and firms are to register electronically to receive a copy of the solicitation when it is issued. Response to this Notice shall be limited to 5 pages and shall include the following information: Firm�s name, address, point of contact, phone number, Unique Entity Identifier and e-mail address. Firm�s interest in bidding on the solicitation when it is issued. Firm�s experience to perform the magnitude and complexity outlined in the Scope of Work above by providing: Brief description of the project, customer name, and dollar value of the project � provide at least 3 examples. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. Will the firm submit a response as a Joint Venture or other arrangement? If YES, provide specific type: Joint Venture, Mentor-Prot�g�, Teaming Arrangement, or Other Firm�s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). The magnitude of construction for this project is between $25,000,000 and $100,00,000 and therefore will be subject to a Project Labor Agreement (PLA). Is your firm willing to propose on this project subject to a PLA? Firm�s capability statement. This announcement and all information will be issued via the GPE, and Offerors must be active in the System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that includes FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance � per FAR 52.204-26. The Supplier Performance Risk System (SPRS) is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DFARS 252.204-7021, DoDI 5000.79. Refer to the Cybersecurity Maturity Model Certification (CMCC). Interested Firms shall respond to this Notice no later than 28 November 2025, 2:30 PM (CST). Email your response to Bijay Gurung at bijay.gurung@usace.army.mil. *EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/dc5a06b89d364ef8b7bed237a384df3a/view)
- Place of Performance
- Address: JBSA Lackland, TX 78236, USA
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN07644164-F 20251119/251117230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |