Brown Field Border Patrol Station Vehicle Maintenance Facility Project
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 Department of the Army (USACE Los Angeles District) is conducting a Sources Sought market survey for the Brown Field Border Patrol Station Vehicle Maintenance Facility Project in Dulzura, San Diego County, CA. This notice aims to identify qualified construction firms for a project estimated between $10M and $25M. Responses are due February 25, 2026.
Scope of Work
The project involves the design and construction of an ancillary Vehicle Maintenance Facility (VMF) at the existing Brown Field Border Patrol Station. This includes a pre-engineered metal building, services, finishes, and associated site work. Key tasks include site earthwork, selective demolition, foundations, roof framing, building envelope, interior construction, finishes, painting, and installation of various building systems (electrical, lighting, special systems, fire suppression, HVAC, security, telecommunications, plumbing, and alarm systems). The project site will be shared with an ongoing construction contractor, leading to limited laydown space.
Contract & Timeline
- Type: Sources Sought / Market Research (No contract will be awarded from this notice)
- Estimated Value: $10,000,000 - $25,000,000
- Performance Period: Approximately 2 years (730 calendar days)
- NAICS: 236220 (Commercial and Institutional Building Construction), Small Business Size Standard: $45,000,000
- Set-Aside: To be determined based on market research; seeking information from Large, Small, Hubzone, 8(a), Women-owned, Economically Disadvantaged Women-owned, and Service Disabled Veteran-owned firms.
- Response Due: February 25, 2026
- Published: February 12, 2026
Submission Requirements
Interested prime contractors must respond with an 8-page maximum document addressing:
- Offeror details (name, address, POCs).
- Business size/classification (including SB, Hubzone, 8(a), WOSB, EDWOSB, SDVOSB) and NAICS.
- Bonding capability (single and aggregate, current available capacity).
- Capability description, emphasizing Earthwork, design-build experience, subcontractor management, and permit compliance (especially California).
- Past performance (up to three projects, similar scope/magnitude, completed or 50% complete within six years, with client contact information).
- (For large businesses) Assessment of Small and Small Disadvantaged Business subcontractor involvement (percentage of subcontracted dollars).
Additional Notes
This is for preliminary planning purposes only. No reimbursement for response costs. Prior Government contract work is not required. All interested firms must be registered in SAM.gov. Submissions via email only to Michael.G.Robinson@usace.army.mil.