Sources Sought Notice, Design-Build Construction: Unheated Warehouse Facility, Guam Army National Guard
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.
This is a Sources Sought Notice issued solely for market research and planning purposes. The USPFO for Guam Purchasing and Contracting Division, is conducting a market survey to determine if there is a reasonable number of qualified small business concerns capable of performing the following construction requirement. This requirement is for the Design-Build construction of an unheated warehouse facility totaling 6,120 square feet. The structure is a non-standard designed Organizational Storage Building of permanent construction. It will be designed to meet industry standards and comply with all applicable local, state, and federal building codes, including 42 U.S. Code 4154. Construction includes all utility services information systems fire detection and alarm systems roads walks curbs gutters storm drainage parking areas and other site improvements. The facility must be designed for a minimum life of 50 years per the Department of Defense Unified Facilities Code UFC 1-200-02 and include sustainability features in accordance with the ASA IE E Sustainable Design and Development Policy dated 2017. The project will incorporate accessible design features for individuals with disabilities and provide Antiterrorism Force Protection measures in compliance with DoD standards. The facility must also be designed and constructed to achieve LEED Silver certification. This facility serves as a direct replacement and complies with the 1-for-1 square footage disposal requirement. Contract Duration: 900 calendar days Construction Magnitude: Between $1,000,000 and $5,000,000Submission Instructions Interested small businesses (including Small Business, 8(a), HUBZone, Woman-Owned Small Business WOSB, Service-Disabled Veteran-Owned Small Business SDVOSB, or other are encouraged to submit a completed Vendor Capabilities Statement form. Responses should include:1. Company name, address and Unique Entity Identifier UEI CAGE code2. Business classification (e.g., 8(a), HUBZone, etc.)3. Point of contact information4. Statement of interest and relevant project experience5. Bonding capacity (single and aggregate)6. Completed and signed Capabilities Statement form Response Due Date: Monday, June 30, 2025, 1300 K1+10Submit To: Contract Specialist: Joseph S. Mafnas, joseph.s.mafnas.civ@army.milContracting Officer: Maelani T. Ellison, maelani.t.ellison.civ@army.milThis is not a Request for Proposals. Responses will assist the Government in determining the appropriate acquisition strategy, including whether a small business set-aside is feasible.