Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2025 SAM #8763
MODIFICATION

99 -- Fort Campbell Design Build to Budget - SABRE Fire Station Market Survey

Notice Date
11/21/2025 6:24:58 AM
 
Notice Type
Sources Sought
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-FTC-DB2B-Fire-Station
 
Response Due
12/10/2025 11:00:00 AM
 
Archive Date
12/25/2025
 
Point of Contact
Stephanie Drees, Phone: 5023153270, Joshua Westgate
 
E-Mail Address
stephanie.n.drees@usace.army.mil, joshua.k.westgate@usace.army.mil
(stephanie.n.drees@usace.army.mil, joshua.k.westgate@usace.army.mil)
 
Description
Design-Build to Budget Construction of the SABRE Fire Station at Fort Campbell, TN. A market survey is being conducted to determine if there are a reasonable number of interested business concerns to determine any future set-asides for this project. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business, Service-Disabled Veteran Owned Small Business, or Large Business and you are interested in this project please respond appropriately. The intent of this future solicitation will be to select one contractor for the design-build to budget construction of the SABRE Fire Station at Fort Campbell, TN. Project Location: Fort Campbell, TN 37042 This project will be a design-build to budget construction project for a one-company satellite fire station to serve the Sabre Airfield. The fire station will contain a kitchen and dining area, sleeping areas, storage area, training room, laundry, physical training room, latrines and apparatus room. The supporting facilities include electrical, heating and air conditioning (approximately 15 tons), basic landscaping and site development, information systems, security/scan system for AT/FP, and an area for firetruck basic maintenance and cleaning. The primary facilities will be approximately 9,766 sq ft, and contain cyber security measures, antiterrorism measures, and building information systems. Contract duration is estimated at 720 calendar days. In accordance with FAR 36.204, the estimated cost range is between $5,000,000.00 and $10,000,000.00, however, the estimated ceiling price is approximately $7,000,000.00. The NAICS code is 236220. All interested Businesses, including Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses, Service-Disabled Veteran Owned Small Business, and Large Business contractors should respond to this survey via the Microsoft Forms link NLT 10 December 2025 by 2:00 PM Eastern Time. This project will be solicited as a design-build to budget project. The purpose of this solicitation method is to maximize the achievable scope within a target budget ceiling (currently estimated at $7,000,000.00). The Design-Build to Budget project will consist of a contractual budget ceiling for which contractors will propose the quantities, configurations, construction type and other innovations that the proposing contractor can complete within the budget ceiling. Negotiations will occur with those offerors invited to phase 2 to finalize the scope and cost after receipt of initial proposals. The goal is to allow maximum flexibility in design and construction. The Government intends to only include the basic requirements in the RFP. This will be a two (2) phase design-build procurement. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope. a. Projects considered similar in scope to this project would include: design-build new construction projects of industrial shop facilities, vehicle maintenance shops, and fire stations. b. Projects considered similar in size to this project would include: design-build new construction projects of at least 7,500 sq. ft. in a single facility. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 5. The dollar value of the construction contract and whether it was design-bid build, design-build or design-build to budget. 6. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 7. Identify the number of subcontractors by construction trade utilized for each project. 8. Please describe your experience (private or public sector) in working on projects that are similar to design-build to budget or otherwise designing and constructing a project with a fixed not to exceed budget. 9. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/WBSSyDNAwh or via the QR Code provided below: This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d036a572cebd41f881acf0edf5a82b96/view)
 
Place of Performance
Address: Fort Campbell, KY 42223, USA
Zip Code: 42223
Country: USA
 
Record
SN07648899-F 20251123/251121230035 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.