CHILD DEVELOPMENT CENTER FORT JACKSON, SC

SOL #: W912HP26RA013Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W074 ENDIST CHARLESTON
CHARLESTON, SC, 29403-5107, United States

Place of Performance

Columbia, SC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 18, 2025
2
Last Updated
Feb 12, 2026

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 United States Army Corps of Engineers (USACE) Charleston District is conducting market research through a Presolicitation/Request for Information (RFI) for the construction of a Child Development Center (CDC) at Fort Jackson, Columbia, SC. This RFI, identified as W912HP26RA013, seeks to gauge industry interest and capability for a large-size CDC project estimated to cost between $25,000,000 and $100,000,000. Responses are due by December 4, 2025, at 6:00 PM ET. This is for planning purposes only and is not a solicitation.

Scope of Work

The project involves the construction of a new, 37,300 square foot Army standard design CDC, along with 38,311 square feet of outdoor playground area. The facility is designed to accommodate approximately 338 children (ages 6 weeks to 5 years) and 66 staff members, replacing the current Scales Avenue CDC (Building 4581). Key features include developmental learning modules, activity rooms, an isolation room, changing areas, administrative support spaces, staff lounge, commercial kitchen, laundry, storage, and integrated systems such as information systems, fire protection, Intrusion Detection System (IDS), Closed Circuit Television (CCTV), and Energy Monitoring Control Systems (EMCS) connection. Outdoor areas will feature age-appropriate equipment, safety surfacing, and fencing. The scope also includes comprehensive site development, utilities, perimeter security, lighting, paving, parking, walks, curbs, gutters, storm drainage, landscaping, and signage. Sustainability and energy enhancement measures are incorporated.

Contract & Timeline

  • Type: Presolicitation / Request for Information (RFI)
  • Estimated Value: $25,000,000 to $100,000,000
  • Set-Aside: None specified (intended for both Small and Large Businesses)
  • RFI Response Due: December 4, 2025, by 6:00 PM Eastern Time
  • Published (RFI): November 18, 2025
  • Planned Solicitation: Estimated within the next 6 months, but no sooner than February. A Pre-Solicitation announcement will precede the formal solicitation by at least 15 days.

Requested Information from Bidders

Respondents are requested to provide:

  • Intent to submit a proposal for the formal solicitation.
  • Firm name, address, and point of contact.
  • SAM.gov entity record.
  • Bonding capacity letter.
  • Information on Teaming/Joint Venture arrangements.
  • A Statement of Capability (SOC) summarizing skills and experience.
  • Details on three similar vertical new construction projects completed within the last seven years, each with a minimum value of $35M and located CONUS.
  • Description of current and planned projects over the next five years.
  • A completed Project Labor Agreement (PLA) questionnaire (provided as a separate document).

Submission Details

Responses must be submitted electronically, not exceeding fifteen (15) pages. Email submissions to holly.j.sopiak@usace.army.mil with a copy to addison.g.layfield@usace.army.mil. The subject line should be "RFI RESPONSE: W912HP26RA013 FIRM NAME HERE". Participation is voluntary, and respondents will not be compensated.

Additional Notes

This RFI is solely for market research and planning purposes to assess contractor availability and competition, and to inform the government's acquisition strategy. It does not constitute a commitment to issue a solicitation or award a contract. The Project Labor Agreement (PLA) questionnaire is a critical component of the response, gathering insights on potential PLA impacts on bidding strategy, costs, and competition.

People

Points of Contact

Files

Files

View
View
View
View
Download
Download

Versions

Version 2Viewing
Pre-Solicitation
Posted: Feb 12, 2026
Version 1
Sources Sought
Posted: Nov 18, 2025
View
CHILD DEVELOPMENT CENTER FORT JACKSON, SC | GovScope