Fort Knox Vo-Tech Enabling Project - Sources Sought Notice
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 (USACE Louisville District) is conducting a Sources Sought market survey for the Fort Knox Vo-Tech Enabling Project in Fort Knox, Kentucky. The purpose is to identify interested small business concerns (HUBZone, 8A, Woman-Owned, Service-Disabled Veteran Owned) to potentially set aside this future Design-Bid-Build construction project. Responses are due by March 23, 2026, at 5:00 PM ET.
Scope of Work
This project involves the renovation of the Vo-TECH building (approximately 9,594 SF) and associated restrooms to relocate the existing Community Superintendent Office (CSO) from MacDonald Elementary School, which is slated for demolition. The project also includes renovating available spaces in the Ft. Knox MHS Gymnasium to accommodate the relocation of the Weight Room, Storage Space, and Wrestling Room from the Vo-TECH building. Additionally, construction of an approximately 75-foot-long, 24-foot-wide access road connecting to the rear of the Vo-TECH building is required.
Contract & Timeline
- Type: Sources Sought / Market Research (Anticipated Design-Bid-Build construction)
- Anticipated Period of Performance: 365 calendar days
- NAICS Code: 236220 Commercial and Institutional Building Construction (Size Standard: $45M)
- Estimated Value: Between $1,000,000 and $5,000,000
- Response Due: March 23, 2026, 5:00 PM ET
- Published: March 6, 2026
Response Requirements
Interested firms must submit responses via Microsoft Forms (link provided in the original notice) and include:
- Verification of small business status (HUBZone, 8A, WOSB, SDVOSB).
- Unique Entity Identifier (UEI) and CAGE Code(s).
- Documentation of current single and aggregate performance and payment bond limits.
- No more than three (3) example projects (95%+ complete or completed in past 5 years) where the firm was the prime contractor. Projects must be similar in scope (renovation of administrative office buildings) and size (6,500 SF+ combined total square footage). Each project must include scope, size, dollar value, contract type (DBB/DB), percentage of self-performed work, and number of subcontractors.
- Proposed percentage of work to be self-performed on this project, adhering to FAR 52.219-14 (15% for general construction).
Total submittal package shall not exceed 8 pages.
Additional Notes
This is NOT a Request for Proposal and does not commit the Government. Responses will inform acquisition decisions. All interested sources must respond to future solicitation announcements separately. Questions should be directed to Jacob Pridemore at jacob.s.pridemore@usace.army.mil.