Temporary Modular Office Facility (Laughlin AFB)

SOL #: W569QE26X0005Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
0410 AQ HQ CONTRACTING SUP
FORT SAM HOUSTON, TX, 78234-0000, United States

Place of Performance

Laughlin AFB, TX

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

Prefabricated And Portable Buildings (5410)

Set Aside

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

Timeline

1
Posted
Apr 10, 2026
2
Response Deadline
Apr 15, 2026, 6:00 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 Department of the Army is conducting market research through a Sources Sought Notice to identify qualified contractors for a Temporary Modular Office Facility at Laughlin Air Force Base, Texas. This requirement supports Joint Task Force–Southern Border (JTF–SB) operations and seeks a turnkey solution for a facility capable of supporting approximately 65 personnel. The effort is currently an 8(a) program requirement, but the Government is exploring transitioning it to a HUBZone, Women-Owned Small Business (WOSB), or Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Responses are due by April 15, 2026.

Scope of Work

The contractor shall provide all labor, equipment, tools, materials, transportation, and supervision to deliver, install, lease, maintain, and remove one (1) temporary modular office facility. Key requirements include:

  • A modular building of at least 4,000 sq ft, not exceeding a 62 ft x 65 ft footprint.
  • Eight (8) office spaces, one (1) controlled-access room for SECRET equipment, and one (1) conference room.
  • SIPR-capable workspace, two (2) latrines, and office furnishings (65 desks and chairs).
  • Integrated electrical, HVAC, and general maintenance services.
  • Compliance with a Quality Control Plan (QCP) and Operations Security (OPSEC) program.
  • All contractor employees must complete required training and background checks.

Contract & Timeline

  • Opportunity Type: Sources Sought (Market Research)
  • Current Set-Aside: 8(a) Program Effort
  • Target Set-Aside: HUBZone, WOSB, or SDVOSB
  • Period of Performance: Tentatively June 1, 2026, to May 31, 2031 (one base year + four option years).
  • Response Due: April 15, 2026
  • Questions Due: April 13, 2026, by 1300 CDT
  • Anticipated Contract Type: Firm-Fixed Price

Submission Requirements

Interested vendors must submit a Capability Statement addressing their ability to meet the requirement, utilizing the attached Capability Questionnaire. Non-binding, rough-order-of-magnitude (ROM) cost estimates are also requested using the attached Price Schedule. Submissions should answer specific questions regarding capability, lead time, and qualifying small business categories. No pricing information should be included in the Capability Statement.

Additional Notes

This notice is for market research and planning purposes only and does not constitute a solicitation or guarantee a contract award. Responses from HUBZone, WOSB, or SDVOSB firms are particularly important for the Government's market research to potentially transition the requirement from the 8(a) program.

People

Points of Contact

Catherine McKinneyPRIMARY
Tameka HarwoodSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 10, 2026
Temporary Modular Office Facility (Laughlin AFB) | GovScope