Renovate B110

SOL #: UHHZ050507Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W074 ENDIST SAVANNAH
SAVANNAH, GA, 31401-3604, United States

Place of Performance

Warner Robins, GA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Maintenance Buildings (Z2EB)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 18, 2025
2
Last Updated
Dec 15, 2025
3
Response Deadline
Dec 9, 2025, 8:00 PM

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.

Sources Sought-Market Survey

For

Proj No.: UHHZ050507

Renovate B110

Robins Airforce Base (AFB), Georgia

  1. The US Army Corps of Engineers (USACE), Savannah District, is conducting market research to identify potential parties having interest in and capability of performing renovation to building 110 along with site improvements and lead based paint and asbestos abatement at Robins AFB, Georgia. Building 110 is approximately 144,000 sq. ft. and consists of two maintenance docks and a three-story administrative space.

Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluation will be provided to companies regarding their submissions. The Government will consider feedback received in determining if a small business set-aside is appropriate for this when it issues the solicitation package.

DISCLAIMER: This source sought is for information purposes only; it is not a request for competitive proposals, quotations, or bids. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract because of this announcement. No Funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to the announcement is strictly voluntary and will not be returned to the responder. Incomplete answers in any section, failure to provide required or incomplete documents, or providing information outside the scope of this announcement may remove respondents from the Government’s determination of whether to solicit reference project on a set-aside basis in accordance with Part 19 of the Federal Acquisition Regulation. Not responding to this notice does not preclude participation in any future request for competitive proposals, quotations, or bids, if any issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.

 2. The applicable NAICS code for this requirement is 236220 - Commercial and Institutional Building Construction with a Small Business Size Standard of $45 M. The Product Service Code is Z2EBRepair or Alteration of Maintenance Buildings. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

 3. Construction Magnitude: The estimated magnitude of this construction project is more than $10,000,000 (DFARS 236.204).

           4. Project Description: The project includes renovation to building 110 along with site improvements and lead based paint and asbestos abatement. The scope includes the following requirements. Interior work including upgrading admin. floor plans, new elevator, and upgrading finishes, restrooms, mechanical, electrical, and communications.   Full design by AE.

5. The estimated period of performance for construction is 1850 calendar days after issuance of the Notice to Proceed. Specifics regarding the number of option periods, if any, will be provided in the solicitation.

 6. All interested parties, with 236220 as an approved NAICS code, are requested to capability package limited to no more than five (5) pages (excluding Market Survey). All responses under this Sources Sought Notice must be emailed to Contract Specialist, Ms. Tatjana Fisher at Tatjana.m.fisher@usace.army.mil and cc the Contracting Officer, Mr. Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil no later than December 09, 2025, at 3:00pm Eastern Standard Time. Responses must include identification and verification of the company's business size status, a completed Market Survey Questionnaire, and a capability package, which is provided as an attachment to this announcement.

Attachments:

 Market Survey

https://forms.osi.apps.mil/r/vMgMdAj74e

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Pre-Solicitation
Posted: Dec 15, 2025
View
Version 1Viewing
Sources Sought
Posted: Nov 18, 2025
RENOVATE B110 | GovScope