SOURCES SOUGHT
99 -- Sources Sought - Construction of BGAD Small Arms Ammunition Magazine
- Notice Date
- 3/16/2026 8:41:53 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR_26_SSN_BGAD_SmallArmsAmmunitionMagazine
- Response Due
- 3/30/2026 10:00:00 AM
- Archive Date
- 04/14/2026
- Point of Contact
- Jacob Pridemore, Phone: 5023156228
- E-Mail Address
-
jacob.s.pridemore@usace.army.mil
(jacob.s.pridemore@usace.army.mil)
- Description
- Description: A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately. If interested in subcontracting opportunities rather than performing as the prime contractor on this future procurement, please identify the feature(s) of work you are interested in and your small business socio-economic category. Project Location: Blue Grass Army Depot (BGAD), Madison County, Richmond, Kentucky 40475 Project Description: Design-Build (DB) construction project. This project is for the construction of a 180,000 SF Ammunition Storehouse for Small Arms Ammunition and a Munitions Surveillance Workshop and to accommodate required egress components. The facility includes loading docks, ramps, lightning protection system, fire protection and alarm systems, and cybersecurity measures, and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include utilities (water, sewer, gas), electric service, site lighting, organizational parking, access roads, paving, sidewalks, storm drainage, information systems, and site improvements. Heating and air conditioning will be provided by a self-contained system. Comprehensive building and furnishings related to interior design services are required. Access for individuals with disabilities will be provided. Facilities will be designed to a minimum life span of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 3.5 Tons). Anticipated Period of Performance: 912 calendar days NAICS code: 236220 Commercial and Institutional Building Construction. Size Determination is $45M. Disclosure of the Magnitude of Construction Projects: The estimated price range is between $25,000,000 and $100,000,000. Please note that the Government expects this project to be on the upper end of that price range. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier Number and CAGE Code(s). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 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 eight (8) 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. Projects similar in scope shall include: Projects involving new construction of a warehouse containing storage of controlled or hazardous materials�such as ammunition, explosives, or other regulated inventory. Projects similar in size to this project include: Construction of single or multi-story projects total square footage of 100,000 SF. c. Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project. Size of the project. The dollar value of the construction contract and whether it was design/bid/build or design-build. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Identify the number of subcontractors by construction trade utilized for each project. 5. 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. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Provide responses via Microsoft Forms at the following link: https://forms.osi.apps.mil/r/tZQgvxiMYQ If there are any questions please reachout to Jacob Pridemore at Jacob.S.Pridemore@usace.army.mil. Please note 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 from responses to this market survey.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a885777e76974cb2a827b7d807a1fafb/view)
- Place of Performance
- Address: KY 40475, USA
- Zip Code: 40475
- Country: USA
- Zip Code: 40475
- Record
- SN07746962-F 20260318/260316230048 (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 |