Design-Build - Repair Multi-Service Troop Facility B2263
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 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)