FTC DB2B Fire Station
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) Louisville District has issued a presolicitation synopsis for the FTC DB2B Fire Station project at Fort Campbell, KY. This effort involves the design and construction of a non-standard one-company satellite fire station to serve the Sabre Airfield. The project is anticipated to be a Firm-Fixed-Price (FFP) contract with a construction magnitude between $5,000,000 and $10,000,000. The solicitation is expected to be released in February 2026.
Scope of Work
The project requires the design and construction of a fire station including a kitchen, dining area, sleeping areas, storage, training room, laundry, physical training room, latrines, and an apparatus room. Supporting facilities will encompass electrical, HVAC (approx. 15 tons), basic landscaping, site development, information systems, security/scan system for AT/FP, and an area for firetruck maintenance and cleaning. Accessibility for the handicapped will be provided.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP)
- NAICS: 236220 – Commercial and Institutional Building Construction
- Set-Aside: Full and Open Competition (Unrestricted)
- Magnitude: $5,000,000 - $10,000,000
- Anticipated Solicitation Release: February 2026
- Published: January 30, 2026
Selection Process
This will be a two-phase Design-Build-to-Budget procurement utilizing a Best Value Trade Off source selection.
- Phase I: Evaluation factors include Past Performance and Technical Approach. The highest-rated proposals (target of three) will be down-selected.
- Phase II: Invited offerors will be evaluated on Design/Technical, Management Approach, and Price. Pro Forma information (bonding, financial capability) will also be required. The Government reserves the right to award without discussions.
Additional Notes
Offerors must maintain an active registration in the System for Award Management (SAM) at http://Sam.gov to be eligible for award. Details regarding an optional site visit will be included in the solicitation. This announcement is an advance notice, and responses to this synopsis are not required. The official solicitation will be available on http://Sam.gov.