SOURCES SOUGHT
Z -- DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
- Notice Date
- 12/5/2025 6:17:22 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW26R1AZ1
- Response Due
- 1/9/2026 1:00:00 PM
- Archive Date
- 01/24/2026
- Point of Contact
- Briana Armstrong, Andrea Jackson
- E-Mail Address
-
briana.l.armstrong@usace.army.mil, andrea.g.jackson@usace.army.mil
(briana.l.armstrong@usace.army.mil, andrea.g.jackson@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The US Army Corps of Engineers (USACE), Seattle District (NWS), is seeking interested business sources for an upcoming FY26 renovation project titled �DLA-SONGS Mesa Reflow, Warehouse and Admin Renovation Project.� The proposed project is planned to be a firm fixed price contract for a construction project located on Camp Pendleton in San Diego County, California. In accordance with DFARS 236.204(ii), construction magnitude is estimated to be in the range of $25,000,000 to $100,000,000. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 236220, Commercial and Institutional Building Construction and the associated small business size standard is $45,000,000. All interested firms should respond to this notice no matter what business size under NAICS 236220. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. NO SOLICITATION IS CURRENTLY AVAILABLE. The procurement method will depend upon the information received in response to this Sources Sought notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow up information. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Unsolicited proposals will not be accepted. Further, proprietary information is not being requested at this time, and respondents shall refrain from providing proprietary information in response to this Sources Sought notice. No award will be made from this Sources Sought notice. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. SUMMARY DESCRIPTION OF PROPOSED PROJECT: Repair, renovate, and install equipment in 140,000 sq ft warehouse and renovate approximately 19,000 sq ft of administrative facilities located at the Camp Pendleton Marine Base San Onofre Nuclear Generating Station (SONGS), in San Diego County, California. The general scope includes installing warehouse support equipment, replacing associated utility infrastructure, revamping truck receiving/transportation flow, and replacing standing seam metal roofs. The construction performance period is estimated at 18 months with a targeted award in late fiscal year 2026. The specific scope includes, but is not limited to: a. Remodeling the admin facilities to include all interior finishings, bathrooms, utilities, windows, and ADA doors. b. Remove/replace all existing items within the warehouses (lighting, pallet racks, fire alarm, electrical). c. Repair/level and diamond polish concrete slabs, concrete joints, interior support structure, and paint walls and remove/replace warehouse siding. d. Install warehouse items (i.e., electrical service, CCTV camaras, warehouse equipment and pallet racking, forklift battery charging stations, and HVAC) e. Install traffic control and monitoring systems (proximity sensors and CCTV intersection camera, powered entry/exit gates, Radiation Detection Monitor, and over-head canopy structure) f. Add and repair pavements and security fencing. g. Construct 360 sq ft scale house. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to 3-4 pages (exclude Joint Venture and Bonding information from page count) and include the following: 1. Firm�s name, address (mailing and URL), point of contact, phone number and email address. 2. CAGE code and UEI number of your firm. 3. Your company's primary North American Industry Classification System (NAICS) code(s). 4. Business classification, i.e., state whether your firm is considered by the Small Business Administration as any of the following or is Other Than Small Business: Small Business (SB) Small Disadvantage Business (SDB) Woman-Owned SB (WOSB) Service-Disabled VOSB (SDVOSB) Historically Underutilized Business Zone (HUBZone) 8(a) Program Other Than Small Business (Large Business) 5. Regions in which your company normally performs work or would perform work: West Midwest Northeast Southwest Southeast OCONUS (Outside the Continental United States) All of the Above 6. Whether your company has worked on a project using a Project Labor Agreement (PLA), as Prime of Subcontractor. 7. A maximum of three (3) examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for construction of similar size, complexity and scope completed within the last five (5) years. Examples should include the following information: A description of the project features, customer name, timeliness of performance, size of project, and dollar value of each project. When submitting project examples, please highlight if any of your projects included the following work elements. If your submitted projects do NOT include any of the following work items, please address if you have completed any of this work in other projects or how you would go about accomplishing it on this project. a. Office space renovation b. Concrete Diamond polishing slab floors and slab joint repairs. If Concrete Diamond polishing was required and the work was not self-performed, was the diamond polishing subcontractor certified or uncertified? Or was the subcontractor�s certification status unknown? c. Installing standing seam roofs d. Installing pallet storage racks 8. Of the total summary Description of Proposed Project: a. Do you believe all aspects of the project could be performed by the small business sector? Yes No b. Please specify/describe which areas are best suited for subcontracting to the small business sector. Also identify your intentions to: (1) Pursue a joint-venture or some other form of teaming arrangement and/or (2) Subcontract any work c. What do you think can be subcontracted out to small business? Small Business (SB) ____% Small Disadvantage Business (SDB) ____% Woman-Owned SB (WOSB) ____% Veteran-Owned SB (VOSB) ____% Service-Disabled VOSB (SDVOSB) ____% Historically Underutilized Business Zone (HUBZone) ____% 9. Firm�s Joint Venture Information, if applicable. 10. Bonding Information. Provide the following, on the Bonding Company�s letterhead: (1) Bonding Limits: (a) Single Bond (b) Aggregate Responses to this Synopsis will be shared with the Government project team but otherwise will be held in strict confidence. Submission of interest is not a prerequisite to any potential future offerings, and no feedback or evaluations will be provided to companies regarding their submissions. PLEASE SUBMIT TO: Responses to the Sources Sought Notice should be received no later than 1:00pm (Pacific Time) on 9 January 2026. Submit responses to the attention of Briana Armstrong, Contract Specialist, at briana.l.armstrong@usace.army.mil and the Contracting Officer, Andrea Jackson, at andrea.g.jackson@usace.army.mil. Please reference �SS W912DW26R1AZ1� in the subject line. All interested firms must be registered in System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of Government contracts. The NWS Small Business Professional point of contact is Enshan� Hill-Nomoto, cenws-sb@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7b2a87b73e5f4513bb5c36bb19a8a43c/view)
- Place of Performance
- Address: CA 92058, USA
- Zip Code: 92058
- Country: USA
- Zip Code: 92058
- Record
- SN07658952-F 20251207/251205230034 (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 |