Chapman MWD Large Capacity Kennel
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 – Fort Worth District is conducting a Sources Sought market survey for a large DoD Military Working Dog (MWD) kennel complex at Joint Base San Antonio, Texas. This is for a firm-fixed-price, design-bid-build construction project estimated between $160M and $200M. Responses are due by April 3, 2026, to inform the acquisition strategy.
Scope of Work
The project involves constructing a large MWD kennel complex comprising three kennel facilities (totaling 400 dog runs) and one Kennel Support Facility. Kennel facilities will feature private indoor/outdoor runs, central support spaces (latrine, tack room, grooming/screening, food prep, storage), and a covered artificial turf exercise area. Construction will utilize single-story structures with load-bearing reinforced CMU walls, brick veneer, standing seam metal roofs, and reinforced concrete foundations. The Kennel Support Facility will be a largely administrative building with offices, work areas, training rooms, and locker rooms. The project includes all required site preparation, improvements, utilities, stormwater management, communications, fire protection, pavements, landscaping, and environmental remediation (contaminated soil removal). Facilities must comply with DoD Unified Facilities Criteria (UFC) 1-200-01 and UFC 4-010-01 for Antiterrorism/Force Protection. The estimated project duration is 730 calendar days.
Contract & Timeline
- Type: Sources Sought (for a future design-bid-build construction project)
- Estimated Value: $160M to $200M
- Estimated Duration: 730 calendar days
- NAICS Code: 236220 (Small Business Size Standard: $45,000,000)
- Product Service Code: Y1AZ (Construction Of Other Administrative Facilities And Service Buildings)
- Set-Aside: Not yet determined; market research is seeking Small Business, 8(a), HUBZone, SDVOSB, or WOSB firms.
- Response Due: April 3, 2026
- Anticipated Solicitation Release: Mid-February 2027
- Anticipated Proposal Due: Early-April 2027
Response Requirements
Interested firms must submit a response (limited to 5 pages) via email to Bijay Gurung by the deadline. The response should include:
- Firm's name, address, POC, phone, UEI, and email.
- Statement of interest in bidding.
- Experience performing similar magnitude/complexity work within the past 5 years (at least 3 examples with description, customer, and dollar value).
- Firm's Business Size (LB, SB, 8(a), HUBZone, SDVOSB, WOSB).
- Intent to submit as a Joint Venture or other arrangement (if applicable, specify type).
- Bonding Capacity (per contract and aggregate).
Project Labor Agreement (PLA) Questionnaire
Respondents must also address 8 specific questions regarding PLA requirements, including knowledge of local PLA use, skilled labor shortages, time-sensitive issues, and potential cost impacts of PLA inclusion.
Additional Notes
This is for planning purposes only and is not a solicitation. Firms must monitor the Government-Wide Point of Entry (GPE) for any future solicitation. Active SAM.gov registration is required for contract award. Prior Government contract work is not required, but all construction must follow USACE Safety and Health Requirements Manual (EM 385-1-1) and all Federal, State, and local laws.