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 market research via a Sources Sought Notice for a Design-Bid-Build (DBB) construction project at Joint Base Pearl Harbor-Hickam (JBPHH), Oahu, Hawaii. The project involves constructing a Munitions Maintenance and Inspections Facility (M&I) and expanding an existing Munitions Cube Storage (MCS). This is for information and planning purposes only; no solicitation is currently available. Responses are due March 20, 2026, at 2:00 p.m. Hawaii Standard Time.
Scope of Work
This firm-fixed price DBB project, with an estimated magnitude between $10M - $25M, includes:
- Munitions Maintenance and Inspections Facility (M&I): A one-story structure (approx. 73x37 ft) with two bays, a mechanical/communication area, restroom, and two 4000 lb hoists. Features include a metal deck roof, reinforced concrete walls between bays, frangible metal stud perimeter walls, and micropile foundations. New paving, underground utilities, fire alarm/suppression, communication infrastructure, and a pressurized air system are included.
- Material Assembly Center (MAC) Pad: A separate 12-inch thick concrete pad over 10-inches of graded aggregate base.
- Munitions Cube Storage (MCS) Addition: A one-story structure (approx. 30x43 ft) with four storage cubicles, a metal deck roof, reinforced concrete walls between cubicles, frangible overhead doors, and micropile foundations. Upgrades to the existing fire alarm and suppression system are also part of this expansion.
- Site Improvements: Fine grading, pavement installation/repair, and a new stormwater management system.
- Design Standards: Facilities will adhere to DoD's UFC 1-200-02 for a minimum 40-year life, including energy efficiencies and integrated building systems.
Contract & Timeline
- Type: Sources Sought / Market Research (Design-Bid-Build Construction)
- Magnitude: Between $10M - $25M
- Response Due: March 20, 2026, 2:00 p.m. HST
- Published: February 19, 2026
Submission Requirements
Prime Contractors must submit a narrative (max two pages) demonstrating:
- Vertical DBB experience in similar work at remote locations with limited footprints next to existing buildings in populated areas (or comparable to JBPHH).
- Bonding capability for a single contract of at least $25M and aggregate of $50M.
- UEI/CAGE CODE and SAM.gov expiration date.
- Business size (large/small) and applicable socio-economic categories (FAR PART 19).
Small Business Subcontractors should submit:
- Identified areas of work and narrative demonstrating experience similar in size, scope, complexity, and/or magnitude.
- 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
The Government has established anticipated goals:
- 20% with small businesses
- 5% with small disadvantaged businesses
- 2% with woman-owned small businesses
- 3% with HUBZone small businesses
- 2% with veteran-owned small businesses
- 2% with service-disabled veteran-owned small businesses Respondents should advise if these goals are not achievable and specify reasons.
Additional Notes
This is a market research tool to determine qualified contractors and potential acquisition methods. It is not a commitment to issue a solicitation or award a contract. Companies must be registered in SAM.gov. Responses should be emailed to kriztofer.r.laborete@usace.army.mil and jennifer.i.ko@usace.army.mil.