Military Free Fall Advanced Training Complex at YPG in AZ
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) is conducting a Sources Sought to identify qualified firms for the construction of a Military Free Fall Advanced Training Complex at Yuma Proving Ground (YPG) in Arizona. This project is estimated to cost between $50M and $100M. Responses are due June 5, 2026.
Scope of Work
This project involves the construction of an approximately 158,000 SF complex for the Military Free Fall School (MFFS). Key components include:
- Company headquarters, general instruction space, and an Airborne Equipment and Parachute Rigging Facility.
- Integration of information systems, fire protection, alarm systems, Intrusion Detection Systems (IDS), and Energy Monitoring Control Systems (EMCS).
- An oxygen container storage facility, a C-130 Air Transport mock-up covered training area, and a covered parachute landing fall pit.
- Supporting infrastructure such as site preparation, utilities (electrical, water, gas, sanitary sewer, chilled water, information systems distribution), lighting, parking, access drives, sidewalks, storm drainage, landscaping, roads, and signage. The facility will support Basic Parachute, Advanced Tactical Infiltration, Instructor, and Jumpmaster Courses.
Contract & Timeline
- Type: Sources Sought (preliminary planning for a future Firm Fixed-Price DBB/IFB contract)
- Estimated Value: $50M - $100M
- Period of Performance (POP): Estimated 736 Days
- Set-Aside: To be determined based on responses to this notice.
- Response Due: June 5, 2026, at 06:59 AM AZ time.
- Published: May 14, 2026.
Submission Requirements
Interested sources must submit a capability statement (maximum four pages) demonstrating experience with similar projects. Submissions should include:
- Offeror's name, address, point of contact, phone, and email.
- Business size/classification (e.g., Small Business, HUBZone, SDVOSB, WOSB, 8(a)) and NAICS codes.
- Bonding capability (single contract and aggregate, with current available capacity).
- Past Experience: Up to three projects (completed or 50% complete within the last six years) with a construction value greater than $50M. Projects must be on a military installation (US or Allied) built to US codes and standards, similar in scope to this requirement. For each project, provide title, location, description, offeror's role, dollar value, contract type, client, and contact information. Crucially, detail work scopes self-performed vs. subcontracted and their percentages. If a Joint Venture (JV), specify roles of each member.
- If submitting as a JV, include information about the JV (e.g., mentor-protégé agreement).
- A completed Project Labor Agreement (PLA) survey must be submitted with the response.
Additional Notes
This is a Sources Sought Notice for information only; it is not a Request for Proposals, and no award will result from this notice. The Cybersecurity Maturity Model Certification (CMMC) Level is TBD. Small business prime contractors are subject to FAR 52.219-14, Limitations on Subcontracting, requiring at least 15% of the cost of contract performance (excluding materials) to be performed by the prime or similarly situated entities.