White City Southern Oregon Rehabilitation Center and Clinics Seismic Upgrades
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) Portland District intends to solicit construction firms for the White City Southern Oregon Rehabilitation Center and Clinics (SORCC) Seismic Upgrades project in White City, OR. This is a Pre-solicitation announcement for a large-scale design-build project with an estimated value between $250 million and $500 million. The resultant contract will require CMMC Level 2 compliance. The solicitation is tentatively scheduled for release around the end of March 2026.
Project Scope
This project involves the design and construction of two new buildings, B300 and B301, three new connecting corridors, and a new surface parking lot at the VA SORCC. The scope includes:
- Site Work and Demolition: Demolition of two existing buildings and four connecting corridors (approx. 46,500 BGSF), existing parking lots, and construction of a new 188-space parking lot. Re-alignment/reconstruction of roads, sidewalks, drainage, and utility upgrades.
- Construction of New B300 Support Building: Approximately 80,074 BGSF with two new two-story connecting corridors (4,388 BGSF). Will house IT, Engineering, Environmental Management, Business, Organizational Development, Voluntary, Quality Management, and Police Services.
- Construction of B301 Primary and Specialty Care Building: Approximately 96,946 BGSF with one new connecting corridor (1,400 BGSF) and renovation of 1,000 BGSF in existing building B201A. Will house Primary Care, Radiology, Dental, and Pharmacy functions.
Acquisition Strategy & Contract Details
- Type: Unrestricted, competitively negotiated, two-phase Design-Build (D-B) Firm-Fixed-Price (FFP) contract.
- Method: Best Value Trade-Off (BVTO) in accordance with FAR Part 15 and FAR Subpart 36.3.
- Magnitude: Estimated between $250,000,000 and $500,000,000.
- Period of Performance: 47 Months.
- Set-Aside: Unrestricted.
- NAICS: 236220 – Commercial and Institutional Building Construction (Size Standard: $45M).
- PSC: Y1DA – Construction of Hospitals and Infirmaries.
Evaluation Factors
The proposal evaluation will occur in two phases:
- Phase I: Designer of Record (DOR)/Design Approach and Past Performance.
- Phase II: Concept Design Narrative, Concept Design Drawings, Concept Schedule, Small Business Commitment Plan (SBCP), Project Labor Agreement (PLA), and Cost/Price.
- Stipends: Anticipated $400,000 for Phase 2 participants, contingent on meeting specific requirements.
Key Dates & Submission Requirements
- Solicitation Release (Phase 1): Tentatively back half of 2Q 2026.
- Phase 1 Proposals Due: 60 days after release.
- Solicitation Release (Phase 2): Tentatively 3Q 2026 (for down-selected firms).
- Phase 2 Proposals Due: 120 days after release.
- Anticipated Award: 3Q 2027.
- Submission: All proposals must be submitted electronically through the PIEE Solicitation Module. Offerors need to register for a PIEE account and obtain the "Proposal Manager" role. Instructions are available in the "Vendor Instructions for PIEE Solicitation Module.pdf" attachment.
- CMMC: This acquisition requires CMMC Level 2. Offerors must have the required CMMC Level Self-Assessment to be eligible for award. Relevant DFARS and FAR clauses will be included.
- SAM Registration: Offerors must be actively registered in SAM.gov.
Industry Engagement
- An in-person Industry Day is planned prior to solicitation release at USACE Portland District HQ.
- A second, more detailed, pre-recorded Industry Day presentation is anticipated for January and will be posted on SAM.gov.
- A "List of Attendees - WC SORCC Industry Day April 2025.pdf" is available, showing companies that have previously expressed interest.
Points of Contact
- Primary: Nicole Adams (Nicole.A.Adams@usace.army.mil)
- Secondary: Jaren Bowman (Jaren.L.Bowman@usace.army.mil)
- Email is the preferred method for inquiries.
Important Note
This is a Pre-solicitation Notice for informational purposes only. It is not a Request for Proposals, and any proposals received will not be accepted or evaluated. The government reserves the right to cancel this solicitation.