Elevated Water Storage Tanks, Kolekole & East Range, Schofield Barracks, Oahu, Hawaii
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, Honolulu District, is conducting a Sources Sought for market research to identify qualified Prime Contractors and Small Business Subcontractors for a potential Design-Build Construction Solicitation. The project involves constructing Elevated Water Storage Tanks at Kolekole & East Range, Schofield Barracks, Oahu, Hawaii. Responses are due by February 18, 2026, 2:00 p.m. Hawaii Standard Time.
Scope of Work
The project requires construction support for Schofield Barracks Water System improvements. This includes:
- Construction of two (2) 500,000-gallon elevated potable water storage tanks across two distinct sites.
- Development of a water supply storage facility and a booster pump station at one site, featuring primary/backup pumping units, an overhead bridge crane, and an emergency generator with fuel storage.
- Installation of potable water distribution lines, special foundations, redundant power systems, and comprehensive mechanical/electrical service distribution.
- Integration of advanced building systems: SCADA communications, Energy Monitoring Control Systems (EMCS), fire protection, and Intrusion Detection Systems (IDS).
- Adherence to DoD Cybersecurity standards, Anti-Terrorism/Force Protection (AT/FP) regulations, and sustainability mandates, including Low Impact Design (LID).
Prime Contractor Requirements
Interested prime contractors should demonstrate:
- Design-build experience in constructing water storage tanks in remote/limited footprint locations or comparable settings.
- Experience with elevated or on-ground water storage tanks of at least 500,000 gallons capacity.
- Capability to construct two separate projects concurrently across non-contiguous sites.
- Bonding capacity of at least $70M for a single contract and $100M aggregate.
- Provide UEI, CAGE CODE, SAM.gov expiration, and indicate business size (large/small, with applicable socio-economic categories for small businesses).
Small Business Subcontractor Requirements
Interested small business subcontractors should submit:
- Identification of interested work areas and a narrative demonstrating similar experience.
- Size of available crew(s).
- Applicable socio-economic categories (HUBZone, WOSB, SDVOSB, SDB).
- UEI, CAGE CODE, and SAM.gov expiration.
Anticipated Subcontracting Goals
The Government has established anticipated small business subcontracting goals:
- 25% with small businesses
- 20% with small disadvantaged businesses
- 2% with woman-owned small businesses
- 1.79% with HUBZone small businesses
- 2% with veteran-owned small businesses
- 0.30% with service-disabled veteran-owned small businesses
Contract & Timeline
- Type: Sources Sought / Market Research (not a solicitation)
- Product Service Code: Y1NE (Construction Of Water Supply Facilities)
- Response Due: February 18, 2026, 2:00 p.m. Hawaii Standard Time
- Published: February 5, 2026
Submission Requirements
Narratives for both prime and subcontractors shall be no longer than two (2) pages. Email responses are required to christie.s.lee@usace.army.mil and jennifer.i.ko@usace.army.mil. SAM.gov registration is required.
Additional Notes
This notice is for informational purposes only and does not constitute a request for proposal or a commitment by the Government. No reimbursement will be made for response costs.