Design-Build Maintenance and Repair (MRAR) of the Charleston (Cross Lanes) Armed Forces Reserve Center (AFRC), Building 17001, Charleston, WV
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), Louisville District, is conducting a Sources Sought / Market Survey for Design-Build Maintenance and Repair (MRAR) services for the Charleston (Cross Lanes) Armed Forces Reserve Center (AFRC), Building 17001, in Charleston, WV. The purpose is to identify interested small business concerns to potentially set aside this future project. Responses are due by March 24, 2026, at 5:00 PM EDT.
Scope of Work
This project requires design and construction services to repair the failing, two-story, 56,520 SF AFRC, converting it into a fully functioning facility. The work includes repairing failing electrical, plumbing, HVAC systems, and the building envelope (including the roof). It also involves replacing exterior/interior lighting, ceilings, fire protection, emergency mass notification systems, doors, and windows; repairing/repainting surfaces; fixing damaged flooring; and installing meters. The facility will be brought to ADA standards where deficient. Demolition and abatement of failing components and hazardous materials (asbestos, mold, lead-based paint) are also included. Additionally, twelve associated external projects are required, such as constructing an electric transformer pad, replacing utility lines, repairing parking lots, fences, sidewalks, stormwater basins, and constructing a mobile kitchen trailer pad and dumpster enclosure.
Contract & Timeline
- Type: Sources Sought / Market Survey
- Estimated Cost Range: $25,000,000 to $100,000,000
- Estimated Duration: 730 calendar days from notice to proceed
- NAICS Code: 236220 – Commercial and Institutional Building Construction
- Set-Aside: Market survey to determine potential set-aside for Small Business, HUBZone, 8A, Woman-Owned Small Business, Veteran-Owned Small Business, or Service-Disabled Veteran-Owned Small Business.
- Response Due: March 24, 2026, 5:00 PM EDT
- Published: March 9, 2026
Submission Requirements
Responses must be submitted via the provided online survey form (https://forms.osi.apps.mil/r/1RQ8Jr2e55 or QR code) and include:
- Company’s small business status verification.
- Unique Entity Identifier (UEID) and CAGE Code.
- Bonding capacity (single and aggregate performance/payment bond limits).
- Descriptions of up to three (3) relevant projects as Prime Contractor, completed >95% within the last 5 years, demonstrating similar scope (full facility restoration of 2+ story buildings, including architectural, structural, mechanical, electrical, plumbing, data, fire protection, roofing, communication systems, HazMat/abatement/demolition) and size (at least 40,000 SF renovated). Projects must show at least 15% self-performed construction direct contract labor.
- For each project, provide references (name, title, role, email, phone).
- State the percentage of work to be self-performed on this project and how it will be accomplished, adhering to FAR 52.219-14 (15% for general construction).
Additional Notes
This is not a Request for Proposal. Responses will inform future acquisition decisions. All contractors must be registered in SAM.gov prior to contract award, and early registration is highly encouraged due to potential delays with the notarized letter process.