Market Survey - Unmanned Fusion Warfare Laboratory
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 Department of the Army (DEPT OF DEFENSE) is conducting a Market Survey for the Design Bid Build of an Unmanned Fusion Warfare Laboratory (UFWL) in Crane, IN. This Sources Sought notice aims to identify qualified contractors for a 9,000 SF facility supporting Secret, Special Access Program (SAP), and Sensitive Compartmentalized Information (SCI) workloads. Responses are due by March 03, 2026, at 11:00 AM Eastern Standard Time.
Scope of Work
The project involves the design and construction of a single-story UFWL and administration building, approximately 9,000 SF. Key features include research laboratory space, secure conferencing, server space, and collaboration areas. The facility must comply with ICD 705 and UFC 4-010-01 anti-terrorism standards, incorporating necessary cybersecurity features. Supporting spaces include an entry lobby, breakroom, restrooms, and utility rooms. Site preparation, including pavement, utilities, stormwater management, and incidental improvements/demolition, is required. The survey solicits quotations for three floor plans: 7,374 SF, 8,000 SF, and 9,000 SF, with one to be selected for construction.
Contract & Timeline
- Type: Sources Sought / Market Survey (not an RFP)
- Estimated Duration: 674 calendar days
- Estimated Cost Range: $5,000,000 to $10,000,000
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Targeted Businesses: Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business, Service Disabled Veteran Owned Business
- Response Due: March 03, 2026, 11:00 AM EST
- Published Date: February 18, 2026
Submission Requirements
Responses must be submitted via the provided survey form (link: https://forms.osi.apps.mil/r/8CB4Ptq87j) and include:
- Identification and verification of the company’s small business status.
- Contractor’s Unique Entity Identifier (UEI).
- Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.
- Description of Experience: Up to three relevant projects (greater than 95% complete or completed within 5 years) as prime contractor, or affiliate past performance for small businesses. Projects should be similar in scope (new office, administration, or laboratory facilities, including ICD 705 spaces, cybersecurity, building commissioning, fiber/telecommunications, site prep, utilities, stormwater, demolition) and size (new construction of at least 6,000 sq ft). Demonstrate experience self-performing 15% of construction. Each project must include reference contact information.
- Percentage of work to be self-performed on this project, in accordance with FAR 52.219-14 (at least 15% for general construction).
Additional Notes
This is for market research only and does not constitute a commitment by the Government. All interested sources must respond to future solicitation announcements separately. Contractors must be registered in SAM.gov prior to contract award, and early registration is highly encouraged due to potential processing delays.