Fort Campbell Staging and Marshaling Area
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 Army, W072 ENDIST LOUISVILLE, is conducting a Sources Sought market survey for the Design-Build to Budget Construction of the Staging/Marshaling Area at Fort Campbell, TN. This project involves constructing an 8,000 SF Readiness Building and a 400'x 300' Deployment Readiness Line. The purpose is to identify interested business concerns across all sizes to determine future set-asides. Responses are due by February 6, 2026, at 2:00 PM Eastern Time.
Scope of Work
The future project will be a two-phase design-build to budget procurement to construct an 8,000 SF Readiness Building with a 400'x 300' Deployment Readiness Line. The total area will be paved with concrete, include fencing and lighting, and have clearly identified Readiness Lines. Facilities must be designed for a minimum 40-year life, adhering to DoD's Unified Facilities Criteria (UFC 1-200-02), including energy efficiencies and integrated building systems performance. The design-build to budget method aims to maximize achievable scope within a target budget ceiling.
Contract & Timeline
- Opportunity Type: Sources Sought (future two-phase design-build procurement)
- Estimated Contract Duration: 720 calendar days
- Estimated Cost Range: $5,000,000.00 to $10,000,000.00
- Estimated Ceiling Price: Approximately $7,000,000.00
- NAICS Code: 236220
- Response Due: February 6, 2026, 2:00 PM ET
- Published: January 23, 2026
Submission Requirements
Interested firms must respond via the provided Microsoft Forms link. Responses should include:
- Company's small business status verification.
- Unique Entity Identifier and CAGE Code(s).
- Documentation from bonding company showing current single and aggregate performance and payment bond limits.
- Descriptions of up to three (3) example projects (design-build new construction of industrial shop facilities or vehicle maintenance shops, at least 6,000 sq. ft.) completed within the last five years or >95% complete. Each example must include project role, references, scope, size, dollar value, contract type (design-bid build, design-build, or design-build to budget), self-performance percentage, and number of subcontractors.
- Experience with fixed not-to-exceed budget projects.
- For Small Businesses: Percentage of work to be self-performed (at least 15% of contract cost, excluding materials).
Eligibility / Set-Aside
This market survey is being conducted to determine if there are a reasonable number of interested business concerns to inform any future set-asides. Responses are sought from Small Businesses, certified HUBZone, 8A, Woman-Owned Small Businesses, Service-Disabled Veteran Owned Small Businesses, and Large Businesses.
Additional Notes
This is NOT a Request for Proposal and does not constitute a commitment by the Government. Responses will be used for acquisition decisions. All contractors must be registered in SAM.gov prior to contract award; early registration is highly encouraged.