SOF Tactical Equipment Maintenance Facility (TEMF)

SOL #: W912DW26R0YF0Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST SEATTLE
SEATTLE, WA, 98134-2329, United States

Place of Performance

North Lakewood, WA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 22, 2026
2
Last Updated
Feb 3, 2026
3
Response Deadline
Feb 7, 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.

Quick Summary

The US Army Corps of Engineers (USACE), Seattle District, is conducting market research via a Sources Sought Notice to identify qualified firms for the construction of a Special Operations Forces (SOF) Tactical Equipment Maintenance Facility (TEMF) at Joint Base Lewis-McChord (JBLM), WA. This project aims to address critical infrastructure shortages for the 1st Special Forces Group (Airborne). Responses are due by February 6, 2026, at 4:00 PM Pacific Time.

Project Scope

This project involves constructing a 12,777 sq. ft. facility for vehicle maintenance, repair, and storage. Key features include:

  • Primary Facility: A Pre-Engineered Metal Building (PREMB) with a concrete foundation, bridge crane, maintenance bay pits, vehicle lifts, administrative spaces, and tool storage areas.
  • Supporting Structures: Separate Organizational Storage building and a separate POL (Petroleum, Oil, and Lubricants) and Hazardous Waste Storage building.
  • Site and Infrastructure: Extensive site improvements including excavation, grading, organizational vehicle parking, roads, sidewalks, general parking, and installation of site utilities (water, sewer, telecommunications). Passive Force Protection measures are also required.
  • Building Systems: Comprehensive interior design, audio-visual services, and Building Information Systems installation.

Compliance & Standards

The construction must adhere to stringent standards:

  • Sustainability: Meet DoD principles for high performance and sustainable buildings, including Low Impact Development features.
  • Security: Comply with DoD Minimum Anti-Terrorism/Force Protection (AT/FP) standards and include cybersecurity measures for control systems.
  • Codes: Adhere to Unified Facilities Criteria (UFC), DoD Building Code, and the Installation Architectural Compatibility Plan.
  • Accessibility: Provide access for individuals with disabilities.

Contract & Business Information

  • Anticipated Contract Type: Firm fixed price.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction).
  • Small Business Size Standard: $45,000,000.
  • Bonding: 100% payment and performance bonds will be required.
  • CMMC Certification: Level 1 is currently required, increasing to Level 2 by October 1, 2026, and Level 3 by October 1, 2027.
  • Set-Aside: This is a market research notice; all interested firms, regardless of business size, are encouraged to respond.

Submission Requirements

Interested firms must submit a 3-4 page capabilities package (excluding Joint Venture and Bonding information from page count) via email to Linda O'Brien (Linda.s.obrien@usace.army.mil) by the deadline. The package must include:

  • Company details (name, address, contact info, CAGE code, UEI).
  • Business classification (e.g., Small Business, WOSB, VOSB, HUBZone, Other Than Small Business).
  • A maximum of three examples of similar projects completed as the Prime Contractor within the last five years, detailing project features, customer, timeliness, size, and dollar value, with demonstrated experience in tactical equipment maintenance facilities or similar industrial facilities.
  • Information on the estimated percentage of work the firm would self-perform versus subcontract, and proposed subcontracting goals for various small business categories.
  • Bonding information from the bonding company (single and aggregate limits).
  • CMMC Certification level and status.

Important Notes

This is NOT a Request for Proposals, Quotations, or Bids, nor a synopsis of a proposed contract action. It is for market research purposes only to identify capable businesses and inform future acquisition decisions. No reimbursement will be made for response costs. Firms must be registered in the System for Award Management (SAM).

People

Points of Contact

Files

Files

Download

Versions

Version 3
Sources Sought
Posted: Feb 3, 2026
View
Version 2Viewing
Sources Sought
Posted: Jan 28, 2026
Version 1
Sources Sought
Posted: Jan 22, 2026
View
SOF Tactical Equipment Maintenance Facility (TEMF) | GovScope