Textile Warehouse Office Addition and Renovation
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 Department of the Army, specifically MICC-FT LEAVENWORTH, is soliciting bids for the Textile Warehouse Office Addition and Renovation project at Fort Leavenworth, Kansas. This is a Total Small Business Set-Aside for general construction services, estimated between $500,000 and $1,000,000. The project involves adding a 1,280 SF office, a new recessed truck dock, and various renovations. Bids are due by March 26, 2026, at 2:00 PM CST.
Scope of Work
The contractor will provide all supervision, management, personnel, labor, equipment, and supplies for construction projects at the USDB Textiles Warehouse (Building B1146). Key tasks include:
- Addition of an approximate 1,280 SF metal building office and new recessed truck dock with adjacent paving.
- Repair or replacement of mechanical, electrical, and fire protection/detection systems.
- Interior remodeling, including carpentry, painting, and floor/wall coverings.
- Building renovation or demolition. The project requires a general contractor with expertise in managing numerous task orders, construction scheduling, cost estimating, quality control, and subcontractor coordination.
Contract Details
- Contract Type: Solicitation (Firm Fixed Price)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings)
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Magnitude of Construction: Between $500,000 and $1,000,000
- Performance Period: 365 calendar days after award, with work commencing 10 calendar days after Notice to Proceed.
- Bonds: Performance and Payment Bonds are required for individual task orders per FAR 28.102.
Key Dates & Actions
- Site Visit: February 24, 2026, at 10:00 AM CST
- Questions Cut-off: March 3, 2026, at 2:00 PM CST
- Bids Due: March 26, 2026, at 2:00 PM Local Time (CST)
Evaluation & Submission
Award will be made to the responsible bidder whose proposal conforms to the invitation and is most advantageous to the Government, considering price and price-related factors. Bids must be submitted in accordance with Section L, including SF 1442, Bid Guarantee, Priced CLINs, and Responsibility Documents. Bidders are responsible for checking for and acknowledging amendments.
Special Requirements
- Sustainable Management of Waste: Contractor must divert 60% of demolition/construction waste from landfills.
- Quality Control: Maintain an effective Quality Control Program.
- Wage Determinations: Applicable wage determinations (KS20260053) dictate minimum pay rates.
- Site-Specific Safety Plan: Required for each awarded Task Order.
- Submittals: Comprehensive list including preconstruction documentation, shop drawings, O&M manuals, and As-Built drawings.
- Utility Coordination: Contractor responsible for coordinating all utility interruptions and locates.
- Compliance: Work must conform to UFC, IBC, IPC, NEC, and OSHA standards.
Contact Information
- Primary Contact: Felipe D. Zaragoza (felipe.d.zaragoza.civ@army.mil, 520-944-3862)