Communications Headquarters Facility - DMAFB

SOL #: W912PL26RA011Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W075 ENDIST LOS ANGELES
LOS ANGELES, CA, 90017-3409, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 1, 2026
2
Last Updated
May 13, 2026
3
Submission Deadline
Jun 17, 2026, 9:00 PM

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 seeking proposals for a Design-Build project to construct a 45,025 square foot 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. Proposals are due June 17, 2026.

Scope of Work

The project involves constructing a 45,025 SF facility with a reinforced concrete foundation, concrete slab, structural steel frame, and a standing seam metal roof. Key requirements include:

  • Portions of the facility must comply with Intelligence Community Directive 705 criteria and standards.
  • Compatibility with applicable Department of Defense, Air Force, and base design standards.
  • Use of local materials and construction techniques where cost-effective.
  • Ability to withstand prescribed wind loads and seismic effects.
  • Inclusion of a 500KW generator (authorized by Air Force Manual 32-1062).
  • All supporting facilities, such as site improvements, utilities, communications, pavements, parking, and sidewalks, to ensure a complete and usable facility.
  • Designed as permanent construction per Unified Facilities Criteria 1-200-01.
  • Compliance with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01.

Contract & Timeline

  • Type: Firm-Fixed Price, Negotiated Procurement (1-step Best Value Trade-Off)
  • Set-Aside: Unrestricted
  • Solicitation Availability: On or about April 16, 2026
  • Response Due: June 17, 2026, 21:00 UTC
  • Published: May 7, 2026, 21:59 UTC

Evaluation

Award will be based on a Best Value Trade-Off process. Offerors must provide both a technical and price proposal. The Government seeks the greatest overall benefit, allowing for trade-offs between non-cost factors and cost/price, and may accept a proposal that is not the lowest priced or highest technically rated to achieve the best value.

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 (higher than DoD recommended 30%)

Additional Notes

The solicitation and all amendments will be posted on SAM.gov. Offerors are responsible for frequently checking SAM.gov for updates. This procurement may be delayed, cancelled, or revised at any time.

People

Points of Contact

Files

Files

View
View
View
View
View
View
View
View

Versions

Version 4
Solicitation
Posted: May 13, 2026
View
Version 3Viewing
Solicitation
Posted: May 7, 2026
Version 2
Pre-Solicitation
Posted: Apr 14, 2026
View
Version 1
Pre-Solicitation
Posted: Apr 1, 2026
View