Communications Headquarters Facility - DMAFB
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 (USACE), Los Angeles District, is soliciting proposals for the design and construction of a 45,025 SF Communications Headquarters Facility at Davis-Monthan Air Force Base (DMAFB). This is an Unrestricted Request for Proposal (RFP), utilizing a Best Value Trade-Off procurement method for a firm-fixed price contract. Proposals are due June 17, 2026.
Scope of Work
This design-build project involves constructing a 45,025 square foot Communications Squadron headquarters facility. Key features include a reinforced concrete foundation, concrete slab, structural steel frame, standing seam metal roof, and exterior. Portions of the facility must comply with Intelligence Community Directive 705 criteria. The design must be compatible with applicable Department of Defense, Air Force, and base design standards, incorporating local materials and construction techniques where cost-effective. The facility must withstand specified wind loads and seismic effects and will include a 500KW generator. The project also encompasses all supporting facilities such as site improvements, utilities, communications, pavements, parking, and sidewalks, ensuring a complete and usable facility. Construction will be permanent, adhering to DoD Unified Facilities Criteria 1-200-01 and antiterrorism/force protection requirements per UFC 4-010-01.
Contract & Timeline
- Type: Unrestricted Request for Proposal (RFP), Firm-Fixed Price
- Set-Aside: Unrestricted
- Solicitation Availability: On or about April 16, 2026
- Proposal Due: June 17, 2026, 9:00 PM ET
- Published: May 13, 2026
Evaluation
This procurement will use a 1-step Best Value Trade-Off process. Offerors must provide both technical and price proposals. Technical proposals will be evaluated based on criteria stated in the RFP. USACE aims to award to the contractor providing the greatest overall benefit, allowing for trade-offs between non-cost factors and cost/price, meaning the lowest price or highest technically rated proposal may not necessarily be selected.
Subcontracting Goals
The project includes specific subcontracting goals:
- SDVOSB: 5% Subcontract value / 3% Contract value
- SDB: 8% Subcontract value / 5% Contract value
- WOSB: 5% Subcontract value / 4% Contract value
- HUB: 1.5% Subcontract value / 1% Contract value
- SB: 40% Subcontract value / 30% Contract value (exceeds DoD recommended 30%)
Additional Notes
The solicitation and all amendments will be posted on SAM.gov (http://sam.gov/). Offerors are responsible for frequently checking SAM.gov for updates. This procurement may be delayed, cancelled, or revised at any time.