Radar Operations and Maintenance Facility
SOL #: W912PL26S0018Sources Sought
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W075 ENDIST LOS ANGELES
LOS ANGELES, CA, 90017-3409, United States
Place of Performance
Yuma Proving Ground, AZ
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Construction Of Miscellaneous Buildings (Y1JZ)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Apr 10, 2026
2
Response Deadline
May 9, 2026, 6:59 AM
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 is conducting a Sources Sought Notice to identify qualified firms for the construction of a Radar Operations and Maintenance Facility at Yuma Proving Ground (YPG), AZ. This is for preliminary planning purposes only; no award will result from this notice. Responses are due May 9, 2026.
Project Scope
The requirement is for the Design-Bid-Build (DBB) construction of a 7,800-SF Radar Operations and Maintenance Facility. Key features include:
- Maintenance bays to support large Long-Range Radar systems, including a 10-ton crane.
- HVAC systems (20-Ton split system for bays, 5-Ton for support areas).
- Construction and installation of reinforced concrete foundations, concrete floor slab, structural steel frame, concrete masonry units, insulated metal panel systems, and a combination single ply membrane/standing seam metal low slope roof.
- Utilities, communications support, electrical systems, heating, ventilation, and air conditioning systems (HVAC), fire detection and protection features, and security enhancements.
Contract Details
- Type: Sources Sought (for a potential Firm Fixed Price contract)
- Estimated Price Range: $5,000,000 to $10,000,000
- Anticipated Performance Period: 52 weeks
- NAICS Code: 236220 (Commercial and Institutional Building Construction), Small Business Size Standard: $45,000,000
- Set-Aside: To be determined based on responses to this notice, considering small business or socioeconomic categories. Limitations on Subcontracting (FAR 52.219-14) will apply to small business prime contractors.
Response Requirements
Interested sources must submit a capability statement (maximum six pages) demonstrating their ability to perform the work. Submissions must include:
- Offeror's name, address, point of contact, telephone, 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 (complete or 50%+ within the last six years) of similar scope and magnitude. Projects must demonstrate experience in new construction (not repair/renovation), AT/FP requirements, and be vertical construction projects with a value greater than $4,000,000 on a military installation (CONUS or Allied) under a U.S. Government Contracting Agency. Details must include project title, location, description, offeror's role, dollar value, contract type, client contact, and percentage of work self-performed vs. subcontracted.
- Joint Venture (JV) information, if applicable.
Key Dates
- Response Due: May 9, 2026, 06:59 PM UTC
- Published Date: April 10, 2026, 10:21 PM UTC
Contact Information
- Primary Point of Contact: Roger Minami, kinya.r.minami@usace.army.mil
People
Points of Contact
Roger MinamiPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 1Viewing
Sources Sought
Posted: Apr 10, 2026