USACE SPK Hill Air Force Base Plating Shop Renovation SATOC
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), Sacramento District (SPK), intends to solicit proposals for a Single Award Task Order Contract (SATOC) for the renovation, modernization, and phased replacement of plating shop facilities at Hill Air Force Base (HAFB), Utah. This presolicitation notice is for planning and informational purposes only. The anticipated RFP issue date is March 2026, with an award date of August 2026.
Scope of Work
The SATOC will support design-bid-build construction task orders for the renovation and modernization of plating shop facilities, specifically Buildings 505 and 507, and associated infrastructure at HAFB. Key work includes:
- Demolition and replacement of existing plating line tanks and process equipment.
- Installation and commissioning of new electroplating, anodizing, cleaning, stripping, and surface treatment process lines.
- Installation of chemical distribution and storage systems.
- Mechanical, electrical, and control system upgrades.
- Ventilation, air quality management, and environmental control systems.
- Fire suppression and life safety system upgrades.
- Structural modifications to support new process equipment.
- Construction of a new approximately 2,800-square-foot Pre-Engineered Metal Building (PEMB).
- Utility upgrades (process piping, compressed air, gases, power distribution).
- Phased construction to ensure continuous mission operations and compliance with environmental, safety, and regulatory requirements.
Contract & Timeline
- Contract Type: Single Award Task Order Contract (SATOC) with Firm-Fixed-Price task orders.
- Estimated Contract Capacity: Approximately $134,000,000 over a five-year ordering period.
- Ordering Period: 1,825 calendar days (five years) from contract award.
- Task Order Values: Expected to range from $2,500 to $40 million, with individual task orders not exceeding approximately $50,000,000.
- Magnitude of Construction: Estimated between $100,000,000 and $250,000,000.
- Anticipated Solicitation Issue Date: March 2026.
- Anticipated Award Date: August 2026.
Evaluation
The procurement will utilize best-value tradeoff procedures in accordance with FAR Part 15. Anticipated evaluation factors include:
- Factor 1: Past Performance (Relevancy Scale: Highly Relevant >=$25M, Relevant $10M-$25M, Somewhat Relevant <$10M).
- Factor 2: Technical and Management Approach.
- Factor 3: Network Analysis Schedule (NAS).
- Factor 4: Small Business Participation Commitment Document (Goals: SB 23%; SDB 5%; WOSB 5%; HUBZone 3%; SDVOSB 3%).
Eligibility & Set-Aside
This acquisition is anticipated to be solicited on a Full and Open basis. The Government strongly encourages participation by small businesses as subcontractors and suppliers, with specific small business utilization goals.
Additional Notes
A site visit is anticipated following the release of the solicitation. Performance and payment bonds will be required at the individual task order level. This is a presolicitation notice for informational and planning purposes only and does not constitute a solicitation or commitment to contract.