Design-Build - Repair Multi-Service Troop Facility B2263

SOL #: FA301626R0018Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA3016 502 CONS CL
JBSA LACKLAND, TX, 78236-5286, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
May 11, 2026
2
Last Updated
May 11, 2026
3
Submission Deadline
Jul 13, 2026, 5:00 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 Department of the Air Force has issued a Solicitation for a Design-Build project to Repair Multi-Service Troop Facility B2263 at Joint Base San Antonio - Fort Sam Houston, TX. This project involves comprehensive interior renovation, correction of existing deficiencies, installation of a standby generator, and various site work items. The facility is classified as historical, requiring specific review and approval from historical agencies. This is a 100% competitive 8(a) Set-Aside. Proposals are due July 13, 2026, by 12:00 PM local time.

Scope of Work

The contractor will provide all design, labor, and materials for the renovation of Building 2263. Design progression submittals are required from 35% through Issue for Construction (IFC). Key aspects include:

  • Interior Renovation: Addressing existing deficiencies and modernizing the facility.
  • Infrastructure: Installation of a standby generator and various site work.
  • Historical Preservation: Adherence to historical preservation requirements, including Section 106 Review and specific design elements for main entrances, doors, transom windows, and stairwells. Spray foam is prohibited.
  • System Updates: New fire alarm panels, specific telecommunications requirements (GFE/GFGI for IT racks, VTC systems), and fire protection system updates (e.g., Schedule 40 piping, corrosion replacement).
  • Special Facilities: Design of a Special Access Program Facility (SAPF) on the third floor meeting UFC 4-010-05 and DoDM 5200.01 Vol 3.
  • Environmental: Reference to HAZMAT reports (Appendix C) and requirement for moisture control to prevent mold.

Contract Details

  • Contract Type: Firm-Fixed Priced (FFP)
  • Magnitude: Estimated between $25,000,000 and $100,000,000
  • Period of Performance: 786 calendar days from award
  • NAICS Code: 236220 (Repair Or Alteration Of Office Buildings)
  • Size Standard: $45,000,000 Annual receipts

Set-Aside

This opportunity is a 100% competitive 8(a) Set-Aside (FAR 19.8).

Evaluation Factors

Proposals will be evaluated using a Performance Price Tradeoff methodology, with technical acceptability as a prerequisite. Past performance is considered significantly more important than price.

  • Factor 1 - Technical: Requires an "Acceptable" rating for both subfactors:
    • Subfactor A - Subcontractor Relationships: Identify work areas, demonstrate a minimum two-year relationship with subcontractors, provide at least two relevant projects per subcontractor, and outline a plan for future relationships.
    • Subfactor B - Key Personnel Qualifications: Provide position descriptions and qualifications for Project Manager, Superintendent, Quality Control Manager, Historic Preservation Architect, and Qualified Fire Protection Engineer.
  • Factor 2 - Past Performance: Evaluates recent (completed within 5 years, initial award value $25M+), relevant, and quality of past performance. A "Substantial" or "Satisfactory" Confidence rating is required.
  • Factor 3 - Price: Evaluated for fairness and reasonableness but not assigned a rating.

Submission Requirements

Offerors must submit proposals electronically via the PIEE Solicitation Module. Proposals should be organized into three volumes:

  • Volume I - Technical: Address subcontractor relationships and key personnel qualifications.
  • Volume II - Past Performance: Include a completed Past Performance Information Form (PPIF) for at least three relevant contracts.
  • Volume III - Price: Include a Bid Guarantee (SF 24), a detailed cost breakout using the Construction Cost Estimate Worksheet, and the Price Schedule (CLIN 0001 for Design, CLIN 0002 for Construction).
  • Other Forms: Document any assumptions or exceptions using the "Assumptions & Exceptions" form.
  • Compliance: Adhere to prevailing wage rates for Bexar County, TX (Wage Determination TX20260231) and Department of the Air Force Guidance (e.g., OCI, ODS, Health/Safety, Installation Access).

Key Dates & Contacts

  • Proposal Due Date: July 13, 2026, 12:00 PM local time. Offers must be valid for 120 days.
  • Site Visit: Friday, May 22, 2026, at 0830 local time. Meet at 2484 Stanley Rd, B2263 JBSA-Fort Sam Houston, TX 78234. Contact Genarie Schafer for arrangements.
  • Contract Specialist: Genarie Schafer (genarie.schafer@us.af.mil, 210.274.6624)
  • Contracting Officer: Javier S. Tamez (javier.tamez.2@us.af.mil, 210.671.7050)

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 3Viewing
Solicitation
Posted: May 11, 2026
Version 2
Solicitation
Posted: May 11, 2026
View
Version 1
Solicitation
Posted: May 11, 2026
View