MJU-76B Pre-solicitation Synopsis
Agency: AFLCMC Hill AFB
Location: Utah
NAICS: 325920
| Agency | USACE Sacramento District |
|---|---|
| Deadline | 05/11/26 |
| Posted | 04/30/26 |
| Estimated Value | $111,500,000 (value based on agency estimated range) |
| Set Aside | None |
| NAICS | 236210 - Industrial Building Construction |
| PSC | Y1AZ - Construction Of Other Administrative Facilities And Service Buildings |
| Location | Hill Air Force Base, UT United States |
Posted: April 30, 2026, 4:47 p.m. EDT
For Progressive Design-Build (PDB) under Other Transaction Authority (OTA) Project: Little Mountain Testing Facility (LMTF), Hill Air Force Base (HAFB), Utah (UT) The U.S. Army Corps of Engineers (USACE) is issuing this special notice to announce an upcoming competition for a design and construction solicitation for LMTF using Progressive Design-Build under 10 USC 2808a Other Transaction Authority for Construction. This notice is for informational and planning purposes to allow interested parties to prepare for and provide feedback prior to the official solicitation release.
USACE intends to conduct an Industry Day on 14 May 2026 to provide an overview of the project, acquisition strategy, and anticipated requirements. This event will offer interested parties an opportunity to gain additional insight, ask questions, and provide input in advance of the solicitation release. This Industry Day will be conducted virtually, please Click Here to sign up to attend this industry day by 11 May 2026 4:00PM Mountain time. Virtual link will be provided two days prior to the Virtual event.
LMTF
HAFB, UT - Agency: USACE, District Sacramento (SPK)
236210 Industrial Building Construction
$111,500,000.00
The primary goal is to construct a 50,000 sq ft facility to house expanded testing capabilities in support of the Sentinel program at the Little Mountain Testing Facility. The facility is critical for meeting future Nuclear Hardness mission requirements. Key components of the construction include: - A laboratory for specialized radiation effects equipment, test cells, and control rooms. - Support areas for material storage, dosimetry testing, and a classified conference room. - A receiving area with a loading dock to accommodate forklifts and delivery trucks. - Robust construction featuring reinforced concrete, structural steel, and specialized shielding (concrete, earth barriers, and standoff distance) to contain radiation. The new facility will house advanced testing equipment, including the Advanced Radiation Environment Simulator (ARES) and a 14 MeV neutron generator, to provide dose rate and total dose testing for parts, modules, and entire systems. - Acquisition Strategy (Pre-Award) The USACE will use a streamlined competitive selection process:
Interested parties will submit a Statement of Qualifications {max 10 pages}. The government intends to down-select up to three Companies to proceed to Step 2.
Selected Companies will participate in pitch meetings. One company will be selected as the Design-Build team for award of the initial design and preconstruction services with a modification for design completion and construction award. - Award The agreement will be awarded to the most qualified progressive design-build entity (PDBE) to provide design development, preconstruction services, and construction. Post-award Phase 1 of PDB includes Design and Pre-construction services and Post-award Phase 2 includes the final design and construction. The agreement will be Firm-Fixed-Price (FFP). The FFP for successive design and construction milestones will be agreed to as the design progresses and funds are available.
1. General Requirement and Authority b. Required Level: The Government has determined that this project requires a Cybersecurity Maturity Model Certification (CMMC) Status of Level 1 (Self-Assessment). Performance under the resulting Agreement will require the handling of Federal Contract Information (FCI). Interested parties must have achieved a Final Level 1 (Self-Assessment) Status and, at the time of award, affirm completion of the required self-assessment and attestation. All interested parties should monitor the official solicitation announcement, which will provide complete details and submission instructions. Draft documents may be provided at a future date for feedback and informational purposes only and are subject to change upon issuance of the formal Program Solicitation.
Posted: April 30, 2026, 9:59 p.m. EDT SPECIAL NOTICE For Progressive Design-Build (PDB) under Other Transaction Authority (OTA) Project: Little Mountain Testing Facility (LMTF), Hill Air Force Base (HAFB), Utah (UT) The U.S. Army Corps of Engineers (USACE) is issuing this special notice to announce an upcoming competition for a design and construction solicitation for LMTF using Progressive Design-Build under 10 USC 2808a Other Transaction Authority for Construction. This notice is for informational and planning purposes to allow interested parties to prepare for and provide feedback prior to the official solicitation release. Industry Day USACE intends to conduct an Industry Day on 14 May 2026 to provide an overview of the project, acquisition strategy, and anticipated requirements. This event will offer interested parties an opportunity to gain additional insight, ask questions, and provide input in advance of the solicitation release. This Industry Day will be conducted virtually, please Click Here (https://forms.osi.apps.mil/Pages/ResponsePage.aspx?id=unZN_HzxUEy5p48xY9J1goy-3Z-zg7xCrdxMJ-PMIi9UNVFWTFpUWVg4M0o5WDk3RlBSQTJBRkpGQS4u) to sign up to attend this industry day by 11 May 2026 4:00PM Mountain time. Virtual link will be provided two days prior to the Virtual event. Project Overview Project Title: LMTF Location: HAFB, UT Agency: USACE, District Sacramento (SPK) NAICS Code: 236210 Industrial Building Construction Total Program Funding: $111,500,000.00 Project Description The primary goal is to construct a 50,000 sq ft facility to house expanded testing capabilities in support of the Sentinel program at the Little Mountain Testing Facility. The facility is critical for meeting future Nuclear Hardness mission requirements. Key components of the construction include: A laboratory for specialized radiation effects equipment, test cells, and control rooms. Support areas for material storage, dosimetry testing, and a classified conference room. A receiving area with a loading dock to accommodate forklifts and delivery trucks. Robust construction featuring reinforced concrete, structural steel, and specialized shielding (concrete, earth barriers, and standoff distance) to contain radiation. The new facility will house advanced testing equipment, including the Advanced Radiation Environment Simulator (ARES) and a 14 MeV neutron generator, to provide dose rate and total dose testing for parts, modules, and entire systems. Acquisition Strategy (Pre-Award) The USACE will use a streamlined competitive selection process: Step 1 White Papers: Interested parties will submit a Statement of Qualifications {max 10 pages}. The government intends to down-select up to three Companies to proceed to Step 2. Step 2 Pitches: Selected Companies will participate in pitch meetings. One company will be selected as the Design-Build team for award of the initial design and preconstruction services with a modification for design completion and construction award. Award The agreement will be awarded to the most qualified progressive design-build entity (PDBE) to provide design development, preconstruction services, and construction. Post-award Phase 1 of PDB includes Design and Pre-construction services and Post-award Phase 2 includes the final design and construction. The agreement will be Firm-Fixed-Price (FFP). The FFP for successive design and construction milestones will be agreed to as the design progresses and funds are available. Key Security Requirements 1. General Requirement and Authority b. Required Level: The Government has determined that this project requires a Cybersecurity Maturity Model Certification (CMMC) Status of Level 1 (Self-Assessment). Performance under the resulting Agreement will require the handling of Federal Contract Information (FCI). Interested parties must have achieved a Final Level 1 (Self-Assessment) Status and, at the time of award, affirm completion of the required self-assessment and attestation. All interested parties should monitor the official solicitation announcement, which will provide complete details and submission instructions. Draft documents may be provided at a future date for feedback and informational purposes only and are subject to change upon issuance of the formal Program Solicitation.
| Contact name | Michelle spence |
|---|---|
| Contact email | michelle.a.spence@usace.army.mil |
| Contact phone | None |
| Secondary contact name | Natalia Gomez |
| Secondary contact email | natalia.gomez@usace.army.mil |
| Secondary contact phone | None |
Agency: AFLCMC Hill AFB
Location: Utah
NAICS: 325920
Agency: NPS Midwest Region
Location: Utah
NAICS: 237990
Agency: USACE Sacramento District
Location: Utah
NAICS: 236210
Agency: Utah Department of Transportation [UT]
Location: Utah
NAICS: Not Provided