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 for information regarding the construction of a Military Free Fall Advanced Training Complex at Yuma Proving Ground (YPG) in Arizona. This project aims to provide permanent facilities and infrastructure for the Military Free Fall School (MFFS). The estimated construction price range is $50M to $100M. This is for preliminary planning only and will not result in an award. Responses are due by June 5, 2026.
Scope of Work
The project involves constructing an approximately 158,000-SF complex to include:
- Company headquarters
- General instruction space
- Airborne Equipment and Parachute Rigging Facility
- Information systems, fire protection, alarm systems, Intrusion Detection Systems, and Energy Monitoring Control Systems connection
- Oxygen container storage facility
- C-130 Air Transport mock-up covered training area
- Covered parachute landing fall pit
Supporting facilities include site preparation, utilities (electrical, water, gas, sanitary sewer, chilled water, information systems distribution), lighting, parking, access drives, storm drainage, landscaping, roads, and signage.
Contract & Timeline
- Type: Sources Sought (for a future Firm Fixed-Price Design-Bid-Build/Invitation for Bid contract)
- Estimated Value: $50M - $100M
- Set-Aside: To be determined based on responses to this notice.
- CMMC Level: To Be Determined (TBD)
- Response Due: June 5, 2026, at 06:59 AM PST
- Published: May 14, 2026
Information Requested from Industry
Interested sources must submit a capability statement, not exceeding four pages, demonstrating their ability to perform the work. Required information includes:
- Offeror's name, address, point of contact, phone, and email.
- Business size/classification (Small Business, HUBZone, SDVOSB, WOSB, 8(a), etc.) and NAICS codes.
- Bonding capability (single contract and aggregate, with current available capacity).
- Past experience (no more than three projects, completed or 50% complete within the last six years, with a construction value >$50M). Projects must be on a military installation (US or Allied) and similar in scope. Details should include project title, location, description, offeror's role, dollar value, contract type, client contact info, and self-performed vs. subcontracted work percentages.
- If submitting as a Joint Venture (JV), include JV information (e.g., mentor-protégé agreement).
Respondents are also required to submit a Project Labor Agreement (PLA) survey as part of their response, providing input on local PLA use, skilled labor shortages, and the impact of PLAs on federal procurement.
Key Requirements
Minimum capabilities include previous experience on projects of similar magnitude and complexity, specifically construction projects valued over $50M on military installations.
Additional Notes
This is a Request for Information (RFI) only; it is not a Request for Proposals (RFP), and no award will result from this notice. The government is not committed to any future action based on responses.