Design-Bid-Build AES facility located at Joint Base Charleston, South Carolina

SOL #: W912QR26BA019Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST LOUISVILLE
LOUISVILLE, KY, 40202-2230, United States

Place of Performance

Charleston, SC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Administrative Facilities And Service Buildings (Y1AZ)

Set Aside

No set aside specified

Timeline

1
Posted
May 7, 2026
2
Response Deadline
May 27, 2026, 4:00 AM

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) Louisville District intends to issue a Request for Proposal (RFP) for a Design-Bid-Build project to construct an Aeromedical Evacuation Squadron (AES) Training Building at Joint Base Charleston, South Carolina. This project, identified as Solicitation No. W912QR26BA019, is anticipated to be released around May 27, 2026.

Scope of Work

The project involves the Design-Bid-Build construction of a 23,701 SF facility for the 315th Airlift Wing. The facility will comply with AFRC HANDBOOK 32-1001 Standard Facility Requirements and user-requested program spaces. It will include a large open area for administrative functions, conference rooms, break rooms, private offices, teaming areas, a lactation room, restrooms with lockers, classrooms, training rooms, an auditorium, and necessary mechanical and electrical support spaces.

Construction elements include deep pile foundations, concrete slab, brick veneer, reinforced masonry walls, structural steel, standing seam metal roofing, an elevator, exterior lighting, electrical work, fire detection/protection, a mass notification system, communications, and site improvements (access/parking/sidewalks, storm water management). All necessary supporting facilities, utilities, controls, and work for a complete and usable facility are included.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price (FFP)
  • NAICS Code: 236220 - Commercial and Institutional Building Construction
  • Set-Aside: Unrestricted Procurement
  • Construction Magnitude: Between $25 million and $100 million
  • Contract Duration: 730 calendar days from Administrative Notice to Proceed
  • Anticipated Solicitation Release: On or about May 27, 2026

Evaluation

This is a Design/Bid/Build procurement, structured as an Invitation For Bid (IFB) with sealed bids. The Government intends to award without discussions but reserves the right to conduct discussions if deemed in its best interest.

Additional Notes

The official solicitation will be available free of charge on www.SAM.gov. Offerors must have and maintain an active registration in the System for Award Management (SAM) database at http://www.sam.gov to be eligible for award. Amendments will also be posted to SAM.gov, and it is the Offeror's responsibility to check periodically for updates.

Point of Contact: Rachael McClellan, Contract Specialist, at Rachael.L.McClellan@usace.army.mil.

People

Points of Contact

Rachael McClellanPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 7, 2026