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 planning an unrestricted Design-Build project for a 45,025 SF Communications Headquarters Facility at Davis-Monthan Air Force Base (DMAFB). This project requires construction to comply with Intelligence Community Directive 705 (ICD 705) criteria. The procurement will be a 1-step Best Value Trade-Off process, with the solicitation expected around April 16, 2026.
Scope of Work
The facility will feature reinforced concrete foundation, concrete slab, structural steel frame, and a standing seam metal roof and exterior. Portions must meet ICD 705 standards. The design must be compatible with applicable Department of Defense, Air Force, and base design standards, utilizing local materials and construction techniques where cost-effective. The facility must withstand prescribed wind loads and seismic effects. Key components include a 500KW generator and all necessary supporting facilities such as site improvements, utilities, communications, pavements, parking, and sidewalks. 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), 1-step Best Value Trade-Off, Firm-Fixed Price.
- Set-Aside: Unrestricted.
- Solicitation Release: On or about April 16, 2026.
- Published Date: April 1, 2026.
Evaluation
Award will be based on a Best Value Trade-Off process, considering both technical and price proposals. Technical proposals will be evaluated against criteria stated in the RFP. The Government seeks the greatest overall benefit, allowing for trade-offs between non-cost factors and price, meaning the lowest price or highest technically rated proposal may not necessarily be selected.
Additional Notes
Offerors are responsible for monitoring SAM.gov for the solicitation and any amendments. This procurement may be delayed, canceled, or revised at any time.