Design-Build to Budget (DB2B) Construction of Airborne Equipment and Parachute Repair Shop
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 conducting market research to identify prime contractors for the Design-Build (DB) Construction of an Airborne Equipment and Parachute Repair Shop at Yuma Proving Ground, Arizona. This Sources Sought aims to identify qualified firms, particularly small businesses, capable of delivering a complete design-build solution for a new 13,000 SF Airdrop Rigging Facility. The estimated construction magnitude is between $5,000,000 and $10,000,000, with an anticipated contract type of Firm-Fixed-Price, Design-Build. Responses are due by April 12, 2026, at 2:00 PM PDT.
Project Overview & Scope
This project involves the design and construction of a 13,000 SF Airdrop Rigging Facility, providing temperature and humidity-controlled storage and inspection for rigged materials on military aircraft cargo conveyance systems. Key scope elements include:
- Developing a complete design compliant with DoD antiterrorism/force protection (UFC 4-010-01) for a 40-year facility life.
- Performing all site work, including moderate site grading, demolition and relocation of a fire access lane, and construction of a new septic system.
- Constructing the facility to include a partially raised loading dock and motorized roll-up doors.
- Incorporating structural provisions for a government-furnished, contractor-installed 50-ton overhead crane.
- Integrating military aircraft (C130 and C-17) cargo conveyance systems in at least four bays.
- Installing all necessary facility systems, including approximately 170 tons of self-contained HVAC.
- Providing complete communications infrastructure, conduits with pull strings, and a closed-circuit television system.
- Delivering full system testing, adjusting, and balancing (TAB), a comprehensive warranty, and a plan for long-term maintenance support.
Contract Details & Requirements
The project will be solicited as a Design-Build to Budget (DB2B), following FAR 36.3 Two-Phase Design-Build Selection Procedures. The goal is to maximize achievable scope within a target budget ceiling, currently estimated at $8,200,000. The anticipated NAICS code is 236220 – Commercial and Institutional Building Construction (size standard $45 million), and the PSC is Y1EZ – Construction of Other Industrial Buildings. No set-aside is specified for this Sources Sought, but small businesses are encouraged to respond.
Interested prime contractors must submit:
- Firm information (small business status, UEI, CAGE Code, bonding limits).
- Up to three relevant project examples (design-build new construction of industrial shop facilities, vehicle maintenance shops, or storage facilities with cargo conveyance systems, at least 10,000 SF, completed >95% or within 5 years). Use the provided "Project Example Template."
- Details on prime contractor self-performance (Small Businesses must perform at least 15% of the cost, excluding materials) and Joint Venture information.
- Experience with Design-Build-to-Budget approaches, including cost control and value engineering.
- Project references for each example.
Important Information
This is a market research notice only; it is not a solicitation, and no contract will be awarded from this announcement. An informational workshop on the DB2B process will be held during the SPL Business Opportunity Open House (BOOH) on March 18, 2026, in Phoenix, AZ. Contact Nardos Taeme (Nardos.Taeme@usace.army.mil) or Roger Minami (kinya.r.minami@usace.army.mil) for inquiries. All interested parties must have an active SAM.gov registration for future solicitations.