SOURCES SOUGHT
99 -- B3748 Trusted Microelectronic Assurance Center (TMAC) at Crane, IN
- Notice Date
- 1/5/2026 8:28:11 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-TMAC
- Response Due
- 1/20/2026 1:00:00 PM
- Archive Date
- 02/04/2026
- Point of Contact
- Megan Murphy, Joshua Westgate
- E-Mail Address
-
megan.r.murphy@usace.army.mil, joshua.k.westgate@usace.army.mil
(megan.r.murphy@usace.army.mil, joshua.k.westgate@usace.army.mil)
- 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. Project Location: Naval Surface Warfare Center (NSWC) Crane, IN Project Description: This project will be a Design/Bid/Build where NSWC Crane is requesting USACE to complete an Unspecified Minor Construction (UMC) project authorized by the Lab Revitalization Program (LRP) under 10 USC 2805, titled the Trusted Microelectronics Assurance Center (TMAC). This project will provide adequate Special Security Office (SSO) space that will be Intelligence Community Directive (ICD) 705 and UFC 4-010-05 compliant, meet anti-terrorism standards to be compliant with UFC (4-010-01) for executing the increasing workload in hardware cybersecurity and Anti-Tamper. This project will incorporate the necessary Telecommunications Electronics Material Protected from Emanating Spurious Transmissions (TEMPEST) controls, including Radio Frequency Shielding. The Trusted Microelectronics Assurance Center (TMAC) will involve the construction of a single-story Pre-engineered Metal Building (PEMB) facility that meets current office standards including HVAC, electrical distribution, life safety and reconfigurable office spaces. In the proposal three floor plans will be considered, 6,830SF, 7,795SF and 9,160SF. One floor plan will be selected for construction contingent upon bid cost. Contract duration is estimated at 664 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service-Disabled Veteran Owned Small Business contractors should respond to this survey by email on 20 January 2026 by 4:00 PM Eastern Time. 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: New Commercial and Industrial construction of New Office and Lab space. Construction that consists of over 5,000 SF of useable building footprint. The use of structural steel as the superstructure. Additional consideration will be given to interested firms with experience in ICD 705 compliant and STC rated construction assemblies. b. Projects considered similar in size to this project would include: One or two story Commercial and Industrial buildings 5,000 SF or greater 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 - 95% Complete (US citizenship required). 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 or design-build. 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. 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/pNdnwrdC3b or via the QR Code provided below in the attachments.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/02847d417322463fb8f6cfb2d5fcb1b2/view)
- Place of Performance
- Address: Crane, IN, USA
- Country: USA
- Country: USA
- Record
- SN07677842-F 20260107/260105230031 (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 |