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 through a Sources Sought Notice to identify qualified businesses 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) by providing a dedicated facility for vehicle maintenance, repair, and storage. Responses are due by February 6, 2026.
Scope of Work
The project involves constructing a 12,777 sq. ft. TEMF. Key features include:
- A Pre-Engineered Metal Building (PREMB) with a concrete foundation, bridge crane, maintenance bay pits, vehicle lifts, administrative spaces, and tool storage.
- Separate Organizational Storage and POL/Hazardous Waste Storage buildings.
- Extensive site improvements, including excavation, grading, organizational vehicle parking, roads, sidewalks, general parking, and installation of site utilities (water, sewer, telecommunications).
- Implementation of passive force protection measures.
- Comprehensive interior design, audio-visual services, and Building Information Systems.
Standards and Compliance
Construction must adhere to DoD principles for high performance and sustainable buildings, including Low Impact Development features. It must also comply with DoD Minimum Anti-Terrorism/Force Protection (AT/FP) standards and include cybersecurity measures for control systems. All work will follow Unified Facilities Criteria (UFC), DoD Building Code, and the Installation Architectural Compatibility Plan, ensuring accessibility for individuals with disabilities.
Contract & Business Information
- Contract Type: Anticipated Firm Fixed Price.
- NAICS Code: 236220 (Commercial and Institutional Building Construction).
- Small Business Size Standard: $45,000,000.
- Bonding: 100% payment and performance bonds are required.
Submission Requirements
Interested firms must submit a 3-4 page capabilities package (excluding Joint Venture and bonding information from page count) by the deadline. The package should include:
- Company details (name, address, contact, CAGE, UEI).
- Business classification (e.g., Small Business, Veteran-Owned, etc.).
- Up to three examples of similar projects completed as a Prime Contractor within the last five years, detailing project features, customer, timeliness, size, and dollar value, with demonstrated experience in tactical equipment maintenance or industrial facilities.
- Information on the estimated percentage of work the firm would self-perform versus subcontract, including proposed subcontracting goals by category and potential subcontracting areas.
- Bonding information from the bonding company, specifying single and aggregate limits.
Important Notes
This is a Sources Sought Notice for market research only and NOT a Request for Proposals, Quotations, or Bids. No solicitation is currently available, and no reimbursement will be made for response costs. Responses will inform future acquisition decisions. All interested firms, regardless of business size under NAICS 236220, are encouraged to respond. Firms must be registered in SAM.
Deadline: February 6, 2026, by 4:00 pm Pacific Time. Submit to: Linda O'Brien at Linda.s.obrien@usace.army.mil.