SOURCES SOUGHT
Y -- Design-Build to Budget (DB2B) Construction of Airborne Equipment and Parachute Repair Shop
- Notice Date
- 3/12/2026 4:09:01 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
- ZIP Code
- 90017-3409
- Solicitation Number
- W912PL26S0010
- Response Due
- 4/12/2026 2:00:00 PM
- Archive Date
- 04/27/2026
- Point of Contact
- Nardos Taeme, Roger Minami, Procurement Analyst, Office of Small Business Programs
- E-Mail Address
-
Nardos.Taeme@usace.army.mil, kinya.r.minami@usace.army.mil
(Nardos.Taeme@usace.army.mil, kinya.r.minami@usace.army.mil)
- Description
- Title: Design-Build to Budget (DB2B) Construction of Airborne Equipment and Parachute Repair Shop The U.S. Army Corps of Engineers (USACE), Los Angeles District, is conducting market research to identify prime contractors capable of the design and construction of an Airborne Equipment and Parachute Repair Shop at Yuma Proving Ground, Arizona. This is a Sources Sought Synopsis for market research purposes only and does not constitute a solicitation for proposals or an obligation on the part of the U.S. Government. The Government will not pay for any information received in response to this notice. The purpose is to identify qualified and interested firms, particularly small businesses, capable of performing the work described herein. 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 NLT 12 April 2026 by 2:00PM PDT. Project Overview: Project Title: Design-Build Construction of Airborne Equipment and Parachute Repair Shop Location: Yuma Proving Ground, Yuma, Arizona Estimate Magnitude of Construction: Between $5,000,000 and $10,000,000 Anticipated Contract Type: Firm-Fixed-Price, Design-Build (DB) Anticipated Period of Performance: 760 calendar days Scope of Work: The anticipated scope of work is for a complete design-build solution for a new 13,000 SF Airdrop Rigging Facility. The facility must provide for temperature and humidity-controlled storage and inspection of rigged materials on a military aircraft cargo conveyance system prior to airdrop. The anticipated scope includes, but is not limited to, the following: Develop a complete design that complies with DoD antiterrorism/force protection requirements (UFC 4-010-01) and ensures a minimum facility life of 40 years. Perform all site work, including moderate site grading, demolition and relocation of a fire access lane, and construction of a new septic system. Construct the facility to include a partially raised loading dock and motorized roll-up doors. Incorporate structural provisions for a government-furnished, contractor-installed 50-ton overhead crane. Military Aircraft (C130 and C-17) cargo conveyance system in at least 3 bays. Install all necessary facility systems, including self-contained HVAC systems (approx. 170 tons). Provide complete communications infrastructure, conduits with pull strings for future use, and a closed-circuit television system. Provide full system testing, adjusting, and balancing (TAB). Deliver a comprehensive warranty and a plan for long-term maintenance support. This project will be solicited as a design-build to budget project. DB2B follows FAR 36.3 Two-Phase Design-Build Selection Procedures (10 USC 3241 and 41 USC 3309). The purpose of this solicitation method is to maximize the achievable scope within a target budget ceiling (currently estimated at $8,200,000). The DB2B 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. The anticipated North American Industry Classification System (NAICS) is 236220 � Commercial and Institutional Building Construction, with a corresponding size standard of $45 million. The anticipated Product Service Code (PSC) is Y1EZ � Construction of Other Industrial Buildings. Submission Requirements for Interested Prime Contractors: Interested PRIME CONTRACTORS are requested to respond to this Sources Sought notice. In addition, firms may submit a statement of capabilities highlighting relevant experience with similar design-build mechanical system projects. 1. Firm Information Provide the following information: Identification and verification of the firm�s small business status (e.g., Small Business, 8(a), HUBZone, WOSB, SDVOSB, etc.). Unique Entity Identifier (UEI) and CAGE Code. Documentation from the firm�s bonding company showing the firm�s current single and aggregate performance and payment bond limits. 2. Relevance of Submitted Project Examples Project examples submitted must clearly demonstrate experience similar in scope and size to the project described in this notice. Firms are encouraged to submit only projects that clearly demonstrate their experience performing design-build construction projects of similar complexity and facility type. 3. Relevant Project Experience Interested firms must provide no more than three (3) example projects meeting the following criteria. Projects must be greater than 95% completed or completed within the past five (5) years. 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. Projects considered similar in size would include design-build new construction projects of at least 10,000 square feet in a single facility. Each project must include at least one reference who can verify the information, including the reference�s name, title, project role, firm or agency, email address, and phone number. 4. Prime Contractor Self-Performance and Joint Venture Information For each project submitted, the responding firm must clearly identify the percentage of work performed by the Prime Contractor, the percentage of work performed by subcontractors (in accordance with FAR 52.219-14, Limitations on Subcontracting), and provide a brief description of the major portions of work performed by the Prime Contractor versus subcontractors. If a project was performed as a Joint Venture (JV), the responding firm must clearly identify which JV partner performed each major portion of the project scope, the percentage of work performed by each JV partner, the percentage of work subcontracted (if applicable), and the portion of work personally performed by the responding firm. 5. Design-Build-to-Budget Experience (private or public sector): Please describe your firm�s experience delivering projects using a Design-Build-to-Budget approach or other projects requiring the design and construction of a facility within a fixed not-to-exceed budget. Include how design was managed within budget constraints, cost control and value engineering measures used, and any scope adjustments or mitigation strategies. 6. Project Reference: Provide at least one reference per project who can verify the submitted information, including the reference�s name, title, project role, firm or agency, email address, and phone number Firms are encouraged to submit each project example using the attached template labeled �Project Example Template � Market Research Survey� 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. 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. Important Notices: Please be advised of an informational workshop on the Design Build to Budget process to be held during the SPL, Business Opportunity Open House (BOOH) on March 18 2026 in Phoenix, AZ. The event will be held at the: Doubletree Midtown Phoenix (4000 North Central Ave, 85012) from 9:00AM-12:00PM. The workshop will be held from 12:30PM- 1:00 PM the Payson Room. For more information about the SPL BOOH, please see this notice in SAM: FY26SPLBOOH. To register for this event, please contact Ms. Abegail Banaga at Abegail.C.Banaga@usace.army.mil There is no cost to attend the BOOH Safety Compliance: All construction contracts awarded by the U.S. Army Corps of Engineers require compliance with the EM 385-1-1, Safety and Occupational Health Requirements manual. Market Research Only: This is a market research tool to determine the availability of qualified contractors. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. SAM.gov: The final solicitation and all amendments will be posted on https://www.sam.gov. All interested parties must have an active registration in the System for Award Management (SAM.gov) to be eligible for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1c3472f0ce104fa299de580bb1f8ed1c/view)
- Record
- SN07744073-F 20260314/260312230052 (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 |