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 Department of the Army, U.S. Army Corps of Engineers (USACE) Los Angeles District, has issued a presolicitation 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. The solicitation is anticipated to be released on or about April 16, 2026.
Scope of Work
This design-build project involves constructing a new Communications Squadron headquarters facility. Key features include a reinforced concrete foundation, concrete slab, structural steel frame, and a standing seam metal roof. Portions of the facility must adhere to Intelligence Community Directive 705 (ICD 705) criteria. The design must be compatible with applicable Department of Defense, Air Force, and base standards, incorporating local materials and construction techniques where cost-effective. The facility will be designed for permanent construction (UFC 1-200-01), capable of withstanding specified wind loads and seismic effects, and will include a 500KW generator. Supporting facilities such as site improvements, utilities, communications infrastructure, pavements, parking, and sidewalks are also part of the project. All work must comply with Department of Defense antiterrorism/force protection requirements (UFC 4-010-01).
Contract & Timeline
- Type: Design-Build, Firm-Fixed Price (FFP)
- Procurement Method: 1-step Best Value Trade-Off
- Set-Aside: Unrestricted
- Solicitation Release: On or about April 16, 2026
- Published: April 1, 2026
Evaluation
This will be a negotiated procurement using a Best Value Trade-Off process. Offerors will be required to submit both technical and price proposals. The technical proposal will be evaluated based on criteria detailed in the RFP. The Government seeks 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.
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. The primary point of contact is Otse Adikhai at otse.a.adikhai@usace.army.mil or 213-452-3248.