SOURCES SOUGHT
Y -- SOF Tactical Equipment Maintenance Facility (TEMF)
- Notice Date
- 1/22/2026 3:18:53 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
- W912DW26R0YF0
- Response Due
- 2/6/2026 4:00:00 PM
- Archive Date
- 02/21/2026
- Point of Contact
- Linda O'Brien, Phone: 2067646804, Susan F. Newby, Phone: 2067646780
- E-Mail Address
-
linda.s.obrien@usace.army.mil, Susan.F.Newby@usace.army.mil
(linda.s.obrien@usace.army.mil, Susan.F.Newby@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- W912DW26R0YF0 Special Operations Forces (SOF) Tactical Equipment Maintenance Facility(TEMF), Joint Base Lewis-McChord (JBLM), WA. US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a standard construction project to be constructed titled: �SOF Tactical Equipment Maintenance Facility� for 3rd Battalion, 1st Special Forces Group (Airborne) at JBLM, WA. Description of Proposed Construction: Project Title: SOF Tactical Equipment Maintenance Facility (TEMF). Purpose: To construct a 22,152 sq. ft. standard design facility for vehicle maintenance, repair, and storage to address critical infrastructure shortages for the 1st Special Forces Group (Airborne). Location: Joint Base Lewis-McChord (JBLM), WA. Key Construction Features: A main maintenance facility with a bridge crane, maintenance bay pits, and vehicle lifts. Pre-Engineered Metal Building (PREMB erection and design). Site excavation and grading. Installation of water, sewer, and telecommunications infrastructure. Separate oil storage and vehicle component storage buildings. Administrative spaces and tool storage areas. Organizational equipment parking. Comprehensive interior design and audio-visual services. Standards and Compliance Sustainability: Must meet DoD principles for high performance and sustainable buildings, including Low Impact Development features. Security: Must comply with DoD Minimum Anti-Terrorism/Force Protection (AT/FP) standards and include cybersecurity measures for control systems. Codes: Construction must adhere to Unified Facilities Criteria (UFC), Dod Building Code, and the Installation Architectural Compatibility Plan. Accessibility: Must provide access for individuals with disabilities. Key Contract and Business Information Contract Type: Firm fixed price. NAICS Code: 236220 (Commercial and Institutional Building Construction). Small Business Size Standard: $45,000,000. Bonding: 100% payment and performance bonds are required. CMMC Certified, Level 1 certification is currently required. This will increase to Level 2 by October 1, 2026, and Level 3 by October 1, 2027. Submittal Requirements for Interested Firms Interested firms must submit a 3-4 page capabilities package that includes: Company details (name, address, contact info, CAGE code, UEI). Business classification(e.g., Small Business, Veteran-Owned, etc.). A maximum of three examples of similar projects completed in the last five years. Information on the percentage of work the firm would self-perform versus subcontract. Bonding information from the bonding company. CMMC Certification information This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work who are interested in this project 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 ISCURRENTLY AVAILABLE. The type of solicitation to be issued will depend upon 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. All interested firms should respond to this notice no matter what business size under NAICS 236220 Commercial and Institutional Building Construction. 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: The description of this project is as follows: Construct a standard design Tactical Equipment Maintenance Facility (TEMF):2,058 SM (22,152SF). Provide a maintenance, repair, and vehicle storage building. This project is required to provide necessary maintenance facilities for the 1st Special Forces Group (Airborne). The construction of this facility will directly address critical shortages in maintenance, repair, and vehicle storage infrastructure required to support the assigned mission and force structure. There are no existing equipment maintenance facilities available at JBLM to meet this requirement. This project shall be designed and constructed in accordance with Unified Facilities Criteria, Department of Defense (DoD) Building Code (General Building Requirements), Installation Architectural Compatibility Plan and other applicable DoD and Army Regulations, and applicable U.S Federal Environmental Laws and Regulations. This project will provide anti-terrorism/force protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. The project site flood vulnerability determination has been accomplished by the installation and will be part of the project planning process; This project is sited above the 100-year flood plain. 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 Unique Entity Identification (UEI) number of your firm. 3. Your company's North American Industry Classification System (NAICS) code(s). 4. Business classification, i.e., state whether your firm is classified 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) __Veteran-Owned SB (VOSB) __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 ___ Northwest ___ Southwest ___ Southeast ___ OCONUS (Outside the Continental United States) ___ All of the Above 6.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. Demonstrated experience with the construction of tactical equipment maintenance facilities, vehicle maintenance shops, or industrial facilities of similar function, size, and complexity. 7.Of the total summary Description of Proposed Project: Do you believe all aspects of the project could be performed by the small business sector? (Yes/No) (Check one) As a ___large business/ ___small business, what estimated percentage of the TOTAL project would you self-perform? ____% Please specify/describe which areas are best suited for subcontracting to the small business sector. 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) ____% 8.Firm�s Joint Venture Information, if applicable. 9.Bonding Information. Provide the following, on the Bonding Company�s letterhead: Bonding Limits: -Single Bond -Aggregate 10.CMMC Certification Level and Status: Level 1: Level 2: Level 3: Responses to this notice will be shared with the Government project team, but otherwise will be held in strict confidence. PLEASE SUBMIT TO: Responses to the Sources Sought Notice should be received no later than 4:00 pm (Pacific Time) on 6 Feb 2026, Submit responses to the attention of Linda O�Brien, contract Specialist, at Linda.s.obrien@usace.army.mil The deadline for responses is 4:00 pm (Pacific Time) on February 6, 2026. 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 Enshane Hill-Nomoto, Enshane.Nomoto@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e7d4cd8405e24732a9ba9a6acd9cb688/view)
- Place of Performance
- Address: Joint Base Lewis McChord, WA, USA
- Country: USA
- Country: USA
- Record
- SN07694748-F 20260124/260122230046 (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 |