KIMBROUGH AMBULATORY CARE CENTER, FORT MEADE, MD.
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), Baltimore District (NAB), is conducting a Sources Sought to identify qualified firms for a Design-Build, Firm-Fixed-Price (FFP) construction contract for the Kimbrough Ambulatory Care Center (KACC) at Fort George G. Meade, Maryland. This project, estimated between $350,000,000 and $500,000,000, seeks an Integrated Design-Build and Initial Outfitting and Transitioning (IDB/IOT) delivery method. Responses are due by April 6, 2026.
Project Scope
This effort involves the design and construction of a new, turnkey KACC facility, approximately 156,000 SF, to consolidate existing outpatient and dental services. The scope includes:
- Design and construction of a new facility (single building or campus).
- Purchase and installation of all office furniture, A/V equipment, IT infrastructure, lab equipment, and security systems.
- Transition efforts: operational plans, staff training, patient move logistics, equipment/furniture management, and facility activation.
- Accommodation of various services: primary care, dental, behavioral health, optometry, musculoskeletal, audiology, preventative medicine, lab, radiology, and pharmacy.
- Design and construction of support infrastructure (Central Utility Plant, site utilities, parking, signage).
- Barrier-free design (ABA Accessibility Standard), Antiterrorism/Force Protection (AT/FP) measures, and environmental protection.
- Demolition of the antiquated existing buildings.
- Phased construction to maintain continuous operations of the current medical center, requiring a temporary swing space (renovations to Building 2480 or modular buildings).
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- NAICS Code: 236220 - "Commercial and Institutional Building Construction" (Small Business Size Standard: $45,000,000)
- Magnitude: $350,000,000 to $500,000,000
- Estimated Duration: 24 months for design, 36 months for construction (feedback requested).
- Delivery Method: Integrated Design-Build and Initial Outfitting and Transitioning (IDB/IOT).
Information Requested
Interested firms should submit capability statements addressing:
- Firm's name, address, email, phone, UEI, and CAGE code.
- SAM registration status.
- Business size classification (Large, Small, VOSB, SDVOSB, SDB, WOSB, HUBZone, 8(a)).
- Bonding capability (single and aggregate) for the project magnitude.
- Three (3) similar projects (scope, size, last 10 years) demonstrating Design-Build and/or IDB/IOT experience, including project details and POCs.
- Recommended delivery method with rationale.
- Experience with IDB/IOT on federal or military medical facilities.
- Experience managing projects requiring site construction phasing.
- Feedback on the reasonableness of the estimated design (24 months) and construction (36 months) duration.
Key Dates & Contacts
- Responses Due: April 6, 2026, by 04:00 PM EST.
- Published Date: March 6, 2026.
- Industry Day: Tentatively scheduled for April 27-28 (likely 2026); details to be announced under Special Notice ID# W912DR26RA033.
- Submission Email: Robert.L.Ferebee@usace.army.mil and Tamara.C.Bonomolo@usace.army.mil (reference W912DR26R1BBF in subject).
- Primary Contact: Robert Ferebee (robert.l.ferebee@usace.army.mil)
- Secondary Contact: Tamara Bonomolo (tamara.c.bonomolo@usace.army.mil)