Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii

SOL #: W9128A26Z0002Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SN ENDIST HONOLULU
FORT SHAFTER, HI, 96858-5440, United States

Place of Performance

Schofield Barracks, HI

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

Construction Of Water Supply Facilities (Y1NE)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 21, 2025
2
Response Deadline
Jan 6, 2026, 12:00 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.

THIS SOURCES SOUGHT NOTICE is for informational purposes only.  THE SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID.

The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE.   

Project Description:

Drill four wells – estimated to be approximately 800 feet deep and 24 inches in diameter (exact depths and dimensions to be determined by design). Existing wells and pumps located below ground and are to remain on-line until new wells can manage peak demand of Schofield in June – September with consideration for the largest pump to be on stand-by. Motors to be located above ground. Each well, pump, motor sized to deliver a minimum of 2,000 gallons per minute. Roof structure (overhead cover/canopy only) required to protect the motors from the elements.

Magnitude is $50M - $100M

Interested PRIME CONTRACTORS should submit the following:

  1. Narrative demonstrating experience in constructing drilled potable water wells greater than 500 feet deep at a remote location with a limited footprint. If the construction experience from was not in a remote location with a limited footprint, provide construction experience working at a location comparable in setting to Schofield Barracks, Oahu, Hawaii. 
  2. Narrative demonstrating capability of constructing on an active water treatment facility site or similar active site conditions.
  3. Narrative demonstrating experience working with compressed construction schedules.
  4. Narrative demonstrating the capability of having access to drilling equipment that is readily available on island for projects of similar size and scope.
  5. Bonding capability for a single contract action of at least $50M and aggregate of at least $100M by the interested prime contractor.
  6. UEI and CAGE CODE, Expiration date in SAM.GOV.
  7. Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19.

Interested Small Business Subcontractors should submit the following:

  1. Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed.
  2. The size of the crew(s) available to perform work.
  3. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business
  4. UEI and CAGE CODE, Expiration date in SAM.GOV.

Narratives shall be no longer than two (2) pages.

The following anticipated small business subcontracting goals have been established and are considered reasonable and achievable for the performance of this requirement.  Please advise whether these goals are not achievable. If so, please specify any factors that may prevent from achieving these goals.  

  • 20% of the subcontracted amount with small businesses;
  • 5% with small disadvantaged businesses;
  • 2% with woman-owned small businesses;
  • 3% with HUBZone small businesses;
  • 2% with veteran-owned small businesses;
  • 2% with service-disabled veteran-owned small businesses;

Email responses are required.  Responses are to be sent via email to christie.s.lee@usace.army.mil and jennifer.i.ko@usace.army.mil no later than January 5th, 2026, 2:00 p.m. Hawaii Standard Time.

Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE.  It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.

People

Points of Contact

Jennifer KoSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: Nov 21, 2025
Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii | GovScope