USACE SPK Design Build (DB) Construction, NSA-U Consolidation Mission Facility, Utah
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 United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates issuing a Two-Phase Design-Build (DB) solicitation for the National Security Agency – Utah (NSA-U) Consolidation Mission Facility (CMF). This project involves the design and construction of multiple facilities in Utah, with an estimated magnitude between $375,000,000 and $475,000,000. The solicitation is expected to be Full and Open Competition.
Scope of Work
The project encompasses the design and construction of several key facilities:
- Administrative Facility: Includes office areas, conference rooms, storage, multipurpose auditorium, and infrastructure, built to Sensitive Compartmented Information Facility (SCIF) standards (ICD 705).
- Commons Facility: Provides personnel support spaces such as a fitness center, grab-and-go cafeteria, outdoor seating, unclassified conference rooms, and utility spaces.
- Parking Structure: For privately-owned vehicles (POV), including accessible parking, pedestrian towers, and mechanical/electrical spaces.
- Vehicle Control Point (VCP): Features an overhead canopy with two guard booths, inbound/outbound roadways, an overwatch booth, and a rejection lane/shelter. It will integrate with existing site access points and meet Anti-Terrorism/Force Protection (AT/FP) requirements. The project also includes all required supporting facilities, associated site work, and environmental measures. All contractor and subcontractor personnel must be U.S. citizens to obtain required Department of War (DoW) security clearances.
Contract & Timeline
- Contract Type: Two-Phase Design-Build (DB) leading to a Firm-Fixed Price (FFP) contract.
- Magnitude: $375,000,000 to $475,000,000.
- NAICS: 236220 – Commercial and Institutional Building Construction (Small Business Size Standard: $45,000,000).
- PSC: Y1AZ – Construction of Other Administrative Facilities and Service Buildings.
- Set-Aside: Full and Open Competition.
- Phase-One Solicitation Anticipated: On or about June 8, 2026.
- Phase-One Qualifications Due (Tentative): July 10, 2026.
- Phase-Two RFP: Will be issued to shortlisted offerors at a later date.
- Published Date: May 14, 2026.
Evaluation
The Government will use a Two-Phase DB selection process.
- Phase-One: Evaluation of technical qualifications to identify the most highly qualified offerors (price not evaluated).
- Phase-Two: Shortlisted offerors (up to five) will submit detailed technical and price proposals. Award will be based on a Best Value Tradeoff analysis.
Additional Notes
Prospective offerors and subcontractors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) websites to download solicitation information. Registration in PIEE should be completed one week prior to the anticipated solicitation release. Offerors are responsible for monitoring SAM.gov and PIEE for all updates and amendments. The Government will not provide an updated schedule or copies of draft documents.