FY25 KNMD209087 Egress Shop F22, 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 an Egress Maintenance Facility at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. This market research aims to identify qualified prime contractors and small business subcontractors for a project estimated between $5M and $10M. Responses are due by March 20, 2026.
Scope of Work
The project involves constructing a one-story Egress Maintenance Facility (approx. 65 ft x 67 ft) and a GOX Canopy (approx. 15 ft x 30 ft). The facility will adhere to DoD's Unified Facilities Criteria (UFC 1-200-02) for design, energy efficiency, and a 40-year minimum life. Work includes site grading, asphalt pavement access, water and sewer services, and stormwater management. A bid option exists for concrete pads for Aerospace Ground Equipment (AGE) and gaseous oxygen (GOX) carts. The Egress Shop will feature a metal deck roof, cast-in-place concrete perimeter walls, CMU interior walls, and micropile support.
Contract & Timeline
- Type: Sources Sought (for a future Design-Bid-Build contract)
- Project Magnitude: $5M - $10M
- Set-Aside: Not applicable for this Sources Sought; however, anticipated small business subcontracting goals include 20% for small businesses, 5% for small disadvantaged, 2% for woman-owned, 3% for HUBZone, 2% for veteran-owned, and 2% for service-disabled veteran-owned.
- Response Due: March 20, 2026, 2:00 p.m. Hawaii Standard Time
- Published: February 19, 2026
Submission Requirements
For Prime Contractors:
- A narrative (max 2 pages) detailing vertical DBB experience in similar projects (remote, limited footprint, near existing buildings, or comparable to JBPHH).
- Bonding capability of at least $10M for a single contract and $25M aggregate.
- UEI/CAGE CODE and SAM.gov expiration date.
- Firm size (large/small) and applicable small business socio-economic categories.
For Small Business Subcontractors:
- Identify interested work areas and provide a narrative demonstrating relevant experience.
- State available crew size(s).
- Applicable socio-economic category (HUBZone, WOSB, SDVOSB, SDB).
- UEI/CAGE CODE and SAM.gov expiration date.
Additional Notes
This is for market research only and is not a solicitation. The Government will use responses to make acquisition decisions. SAM registration is required. Email responses to kriztofer.r.laborete@usace.army.mil and jennifer.i.ko@usace.army.mil.