SAW District Office Outside Shelter

SOL #: W912PM26QA011Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W074 ENDIST WILMINGTON
WILMINGTON, NC, 28403-1343, United States

Place of Performance

Wilmington, NC

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

Miscellaneous Prefabricated Structures (5450)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 4, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 18, 2026, 7:00 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.

Quick Summary

The U.S. Army Corps of Engineers (USACE), Wilmington District, is seeking quotes for the supply, delivery, and installation of one (1) 28'x28' prefabricated open truss recreational shelter at its Wilmington, NC headquarters. This opportunity is a 100% Total Small Business Set-Aside and is issued as a Request for Quote (RFQ). The shelter will provide a covered outdoor space for Corps Special Events, meetings, and employee morale, welfare, and recreation (MWR) activities, and must be fully compliant with the Americans with Disabilities Act (ADA).

Scope of Work

The project requires the provision of all necessary materials, equipment, and services for the delivery and installation of a 28'x28' (784 sq ft) prefabricated open truss recreational shelter. Key specifications include:

  • Structure: Heavy-duty steel frame with UV-resistant powder-coat finish.
  • Roof: Open truss style, 24-gauge multi-rib or R-panel steel, with a 4:12 pitch.
  • Support: 6 or 8 column design, surface mounted with base plates and anchor bolts epoxied on the existing concrete pad.
  • Engineering: Rated for 140 MPH wind and 20 PSF snow load, requiring stamped/sealed drawings and calculations by a North Carolina licensed structural engineer.
  • Accessibility: IBC and ADA compliant railing where the vertical drop exceeds 12 inches, and extension of the existing concrete sidewalk (min. 4" thick) to the shelter location, adhering to ADA requirements.
  • Electrical: Provision for concealed electrical circuits/raceways for overhead lighting, a minimum 120" diameter ceiling fan, and 120V/20A GFCI outlets, including supply and installation of all associated components.
  • Compliance: Adherence to all local, state, and federal building codes. Contractor is responsible for obtaining all required building permits and coordinating inspections.
  • Safety: Compliance with USACE Manual EM 385-1-1, requiring a Level 3 Site Safety and Health Officer (SSHO), certified first aid/CPR responders, an Accident Prevention Plan (APP), and Activity Hazard Analysis (AHA).
  • Security: Contractor personnel must be pre-screened using E-Verify and possess valid Government-issued identification.

Contract Details

  • Contract Type: Firm Fixed Price (FFP).
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 332311 (Small Business Size Standard: 750 employees).
  • Place of Performance: USACE Wilmington District HQ Building, 69 Darlington Ave, Wilmington NC, 28403.
  • Delivery: No later than 60 calendar days after receipt of Notice of Award.

Submission & Evaluation

Offerors must submit both a Technical Proposal and a Price Proposal/Price Quote. Proposals must be clear, concise, and include sufficient detail for evaluation.

  • Technical Minimum Submission: Cut sheets, specification charts, product literature for the proposed shelter structure and railing, and a capability statement.
  • Pricing: A firm fixed price to complete all requirements, with a complete price schedule including subtotals and totals.
  • Format: All submissions must be in Adobe PDF format, on 8.5 x 11 size pages, with no less than a 10 pitch or 10 font. Compression software (e.g., WinZip, PKZip) may be used.
  • File Naming: W912PM26QA011_COMPANY NAME_PRICING and W912PM26QA011_COMPANY NAME_TECHNICAL.
  • Submission Method: Electronically via email to Shaun M. McKenna (shaun.m.mckenna@usace.army.mil) with a copy to Edward A. Boddie (edward.a.boddie@usace.army.mil). The solicitation number must be included in the subject line.
  • Basis for Award: Award will be made to the lowest priced technically acceptable offer. The Government reserves the right to conduct discussions but advises offerors to submit their best initial offer.

Key Dates & Contacts

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
SAW District Office Outside Shelter | GovScope