Design-Bid-Build AES facility located at Joint Base Charleston, South Carolina

Project ID: W912QR26BA019 FederalOpportunitiesPresolicitation
Overview
AgencyUSACE Louisville District
Deadline05/27/26
Posted05/12/26
Estimated Value$25,000,000 - $100,000,000 (value based on agency estimated range)
Set AsideNone
NAICS236220 - Commercial and Institutional Building Construction
PSCY1AZ - Construction Of Other Administrative Facilities And Service Buildings
LocationCharleston, SC United States
Description
Primary

Summary

The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP), Solicitation No. W912QR26BA019, for a Design-Bid-Build project to construct an Aeromedical Evacuation Squadron (AES) Training Building at Joint Base Charleston, SC for the 315th Airlift Wing. A description of the construction project is as follows: Design/Bid/Build Construction of a 23,701 SF facility that will comply with program requirements of the AFRC HANDBOOK 32-1001 Standard Facility Requirements (18 October 2023) and User-requested program of spaces within the building. The training facility will include a large open area for the administrative functions and respective support areas such as conference room, break room, private offices, teaming area, lactation room, restrooms with lockers, classrooms and training rooms, auditorium, and the necessary mechanical and electrical support spaces. The construction includes deep pile foundations, concrete slab, brick veneer, reinforced masonry walls, structural steel, standing seam metal roofing, elevator, exterior lighting, electrical work, fire detection/protection, mass notification system, communications, site improvements (access/parking/sidewalks, storm water management), and all necessary supporting facilities, utilities, controls, and all necessary supporting work for a complete and usable facility. The Contract Duration is expected to be 730 calendar days from Administrative Notice to Proceed.

TYPE OF CONTRACT AND NAICS

This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 -Commercial and Institutional Building Construction.

TYPE OF SET-ASIDE

This acquisition will be an unrestricted procurement.

SELECTION PROCESS

This is a Design/Bid/Build procurement, Invitation For Bid, sealed bid. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.

CONSTRUCTION MAGNITUDE

The magnitude of this construction project is anticipated to be between $25 million and $100 million in accordance with DFARS 236.204.

ANTICIPATED SOLICITATION RELEASE DATE

The Government anticipates releasing the solicitation on or about 27 May 2026. Additional details can be found in the solicitation when it is posted to www.SAM.gov

SOLICITATION WEBSITE

The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, www.SAM.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at www.SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Rachael McClellan at Rachael.L.McClellan@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Contacts
Contact nameRachael McClellan
Contact emailrachael.l.mcclellan@usace.army.mil
Contact phoneNone
Same Region Opportunities