403873 FLW AIT Barracks Complex II Phase 2
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers, Kansas City District (W071 ENDIST KANSAS CITY), on behalf of the Department of the Army, is soliciting proposals for the construction of a standard design Advanced Individual Training (AIT) Battalion Complex II Phase 2 at Fort Leonard Wood, MO. This project aims to support 600 Soldiers with new barracks and associated facilities. The solicitation has undergone multiple amendments, with the latest extending the proposal due date and updating specifications.
Scope of Work
The project involves constructing an AIT Battalion Complex, including standard design Barracks/Company Operations Facilities (B/COF) for two companies, two lawn equipment buildings, and two physical training stations. Construction will incorporate tornado/storm protection, information systems, fire detection and sprinkler suppression, integrated energy monitoring and control systems (EMCS), intrusion detection systems (IDS), and antiterrorism/force protection (AT/FP) measures. A detailed life safety code analysis (F-001) is provided, outlining compliance with IBC and NFPA standards for the six-story, 180,500 sq ft facility.
Key Amendments & Updates
- Amendment 0005 (Jan 12, 2026): Incorporated answers to ProjNet questions, updated Construction Wage Rates (MO20260019 to 01/02/2026), and revised various specifications and drawings. Offerors must acknowledge receipt.
- Amendment 0004 (Nov 25, 2025): Removed the requirement for a Project Labor Agreement (PLA) and extended the proposal due date to January 23, 2026, at 11:00 CST.
- Relevancy Factor Update: Modified the "Performance Confidence" evaluation factor. Bidders must demonstrate experience in projects valued at $90,000,000 or greater (with 3.5% annual escalation), new construction of multi-story/multi-unit dwellings (e.g., barracks, hotels, dormitories), adherence to DoD criteria/Unified Facilities Guide Specifications (UFGS), USACE Contractor Construction Quality Management, and work in constricted settings.
Submission Requirements & Site Information
Bidders must submit technical inquiries and questions via ProjNet using the provided Bidder Inquiry Key (P9P92Z-WB37UC-FAITP6-5PWPC2). Drawings are accessible via the Plans Room Key (3D4G3X-2B9F4R-Q2W76D-CZCYGX). Site-specific documents provide visual context for construction, administrative, and subcontractor laydown areas, including existing infrastructure and potential fencing needs. An off-site spoils location map is also available. A site visit sign-in sheet from October 2, 2025, is provided for reference.
Contract Details
- Type: Solicitation (W912DQ25RA004)
- Product Service Code: Y1FC (Construction Of Troop Housing Facilities)
- Set-Aside: None specified
Contact Information
For inquiries, contact Dale Coleman at dale.e.coleman@usace.army.mil or 816-389-3500, or Michael G. France at michael.g.france@usace.army.mil or 816-389-3320.