SOF Tactical Equipment Maintenance Facility (TEMF)
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), Seattle District, is conducting market research for the construction of a Special Operations Forces (SOF) Tactical Equipment Maintenance Facility (TEMF) at Joint Base Lewis-McChord (JBLM), WA. This Sources Sought notice aims to identify interested and capable business sources for a standard construction project to address critical infrastructure shortages for the 1st Special Forces Group (Airborne). Responses are due by February 6, 2026.
Scope of Work
The project involves constructing a 22,152 sq. ft. standard design facility for vehicle maintenance, repair, and storage. Key features include a main maintenance facility with a bridge crane, maintenance bay pits, and vehicle lifts. The scope also covers Pre-Engineered Metal Building (PREMB) erection and design, site excavation and grading, and the installation of water, sewer, and telecommunications infrastructure. Separate oil storage and vehicle component storage buildings, administrative spaces, tool storage areas, organizational equipment parking, and comprehensive interior design and audio-visual services are also required. The facility must meet DoD principles for high performance and sustainable buildings, including Low Impact Development features, and comply with DoD Minimum Anti-Terrorism/Force Protection (AT/FP) standards and cybersecurity measures. Construction must adhere to Unified Facilities Criteria (UFC), DoD Building Code, and the Installation Architectural Compatibility Plan, ensuring accessibility for individuals with disabilities.
Contract & Business Information
The anticipated contract type is Firm Fixed Price. The primary NAICS Code is 236220 (Commercial and Institutional Building Construction), with a small business size standard of $45,000,000. 100% payment and performance bonds will be required. For CMMC Certification, Level 1 is currently required, increasing to Level 2 by October 1, 2026, and Level 3 by October 1, 2027. This is a market research effort, and no set-aside has been specified at this stage; all interested firms, regardless of business size, are encouraged to respond.
Submission Requirements
This is a Sources Sought notice and not a Request for Proposals, Quotations, or Bids. Interested firms must submit a 3-4 page capabilities package by 4:00 PM Pacific Time on February 6, 2026. The package should include company details (name, address, contact info, CAGE code, UEI), business classification (e.g., Small Business, VOSB, HUBZone), a maximum of three examples of similar projects completed in the last five years, information on the percentage of work the firm would self-perform versus subcontract, bonding information, and CMMC Certification details. Responses should be emailed to Linda.s.obrien@usace.army.mil.
Additional Notes
Responses will be used for market research and acquisition planning to inform future acquisition decisions. No reimbursement will be made for any costs associated with providing information. Unsolicited proposals will not be accepted, and proprietary information is not requested at this time. All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of any potential contract.