FY24 KNMD209086 Conventional Munitions Cube Storage Addition; FY24 KNMD209085 Munitions Maintenance and Inspection Facility, JBPHH, 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 a potential Design-Bid-Build (DBB) project to construct a Conventional Munitions Cube Storage Addition and a Munitions Maintenance and Inspection Facility at Joint Base Pearl Harbor-Hickam (JBPHH), Oahu, Hawaii. This is for market research purposes only and is not a request for proposals. Responses are due March 20, 2026, at 2:00 p.m. Hawaii Standard Time.
Scope of Work
This firm-fixed price DBB project involves constructing a new Munitions Maintenance and Inspection (M&I) Facility and expanding an existing Munitions Cube Storage (MCS) facility. The M&I facility will be a one-story structure (approx. 17 ft eave, 21 ft ridge, 73 ft x 37 ft) with two bays, a mechanical/communication area, and a restroom, supported by micropiles. It will include new paving, underground utilities, and a separate Material Assembly Center (MAC) Pad. The MCS addition will be a one-story structure (approx. 11 ft eave, 16 ft ridge, 30 ft x 43 ft) with four storage cubicles, also supported by micropiles. Both facilities will comply with DoD's Unified Facilities Criteria (UFC 1-200-02) for a minimum 40-year life, including energy efficiencies. Site improvements include fine grading, pavement, and a new stormwater management system. Upgrades to the existing MCS fire alarm and suppression system are also included.
Contract & Timeline
- Type: Sources Sought (Market Research) for a potential Firm-Fixed Price, Design-Bid-Build contract.
- Project Magnitude: Between $10M - $25M.
- Set-Aside: None specified for the prime contract at this stage. Market research will inform acquisition strategy.
- Response Due: March 20, 2026, 2:00 p.m. Hawaii Standard Time.
- Published: February 19, 2026.
Submission Requirements
Prime Contractors must submit:
- Narrative (max 2 pages) demonstrating vertical DBB experience in similar remote/limited footprint settings.
- Bonding capability for a single contract action of at least $25M and aggregate of at least $50M.
- UEI/CAGE CODE and SAM.gov expiration date.
- Business size (large or small) and applicable socio-economic categories (FAR PART 19).
Small Business Subcontractors should submit:
- Identified areas of interest and narrative demonstrating experience (max 2 pages).
- Size of available crew(s).
- Applicable socio-economic category (HUBZone, WOSB, SDVOSB, SDB).
- UEI/CAGE CODE and SAM.gov expiration date.
Anticipated small business subcontracting goals include 20% SB, 5% SDB, 2% WOSB, 3% HUBZone, 2% VOSB, and 2% SDVOSB.
Additional Notes
This is solely for information and planning; it is not a solicitation. Responses will inform the Government's acquisition decisions. Companies must be registered in SAM.gov. Email responses to kriztofer.r.laborete@usace.army.mil and jennifer.i.ko@usace.army.mil.