W912QR26BA008 - Construction of TMAC at NSWC - Crane, IN

Project ID: W912QR26BA008 FederalOpportunitiesSolicitation
Overview
AgencyUSACE Louisville District
Deadline06/15/26
Posted05/14/26
Estimated Value$10,000,000 - $50,000,000 (AI estimate)
Set AsideSBA
NAICS236220 - Commercial and Institutional Building Construction
PSCY1NZ - Construction Of Other Utilities
LocationCrane, IN United States
Description
Primary Latest Change

Summary

1. Purpose of this Notice This notice is to inform industry of an active solicitation and to outline the mandatory prerequisites required to obtain the restricted solicitation package, including drawings and specifications. The information to be released is considered Controlled Unclassified Information (CUI) and/or Federal Contract Information (FCI). 2. Procedure to Obtain Restricted Solicitation Documents This solicitation or its attachments contain Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). Contractors requesting access to the FCI/CUI portions of the solicitation must have an active System for Award Management (SAM) Registration and a current BASIC confidence level in the Supplier Performance Risk System (SPRS) in order to receive access to the documents.

Step 1

Ensure your firm has an active SAM Registration.

Step 2

Ensure your firm has a current BASIC confidence level assessment posted in SPRS in accordance with DFARS clause 252.240-7997 and NIST SP 800-171.

Step 3

Request access to the restricted attachments by email to the following point of contacts with your company's information: - To: Megan Murphy and Jessica Moss - Email: megan.r.murphy@usace.army.mil and Jessica.k.moss@usace.army.mil - Subject: SPRS Verification for W912QR26BA008

Body of Email

Include your company's CAGE Code and Unique Entity Identifier (UEI). Confirm that your firm has BASIC Confidence level in SPRS and this is accurately posted in SPRS.

Step 4

Upon Government confirmation of your SAM registration and SPRS Basic confidence level, access will be granted within PIEE. 3. Mandatory CMMC Requirement for Award This solicitation requires the contractor and/or subcontractor(s) information system to process, store, or transmit Federal Contract Information (FCI) or Controlled Unclassified Information (CUI), and requires the contractor and/or subcontractor(s) to comply with CMMC requirements. The CMMC level required by this solicitation is CMMC Level 2 (Self). This CMMC level, or higher (see 32 CFR part 170), is required prior to award for each contractor information system that will process, store, or transmit FCI or CUI during performance of the contract. In accordance with 252.204-7021 Compliance with the Cybersecurity Maturity Model Certification Level Requirements, contractors shall submit the CMMC UID(s) issued by SPRS for contractor information systems that will process, store, or transmit FCI or CUI during performance of the contract. *Important*: An offeror will not be eligible for award if they do not possess the required current CMMC status posted in SPRS prior to award as required by DFARS 252.204-7025 Notice of Cybersecurity Maturity Model Certification Level Requirements. An award can occur with a conditional CMMC Level in accordance with the policy found in DFARS 204-7502.

Summary (Newest Update)

Background The U.S. Army Corps of Engineers (USACE), Louisville District, is issuing this solicitation for the construction of a Technical Maintenance and Analysis Center (TMAC) at the Naval Surface Warfare Center (NSWC) in Crane, Indiana. The contract aims to support construction projects across the USACE Enterprise, with a focus on ensuring compliance with specific design and aesthetic standards through a Basis of Design (BOD). This includes adherence to brand name or equal specifications necessary for interior finishes. Work Details The scope of work involves preparing a Basis of Design (BOD) that documents principles, assumptions, and criteria for construction. Key tasks include: defining surface treatments for horizontal surfaces (floors and ceilings) and vertical surfaces (walls), specifying required finishes such as paint, carpeting, and window coverings to enhance aesthetic compatibility within the facility. The BOD will include brand name references to ensure clarity in finish specifications while not restricting competition. The Structural Interior Design (SID) must be coordinated by a qualified interior designer, detailing all finish selections including manufacturer materials, textures, patterns, colors, and codes for all visible finishes in the completed construction. Place of Performance Naval Surface Warfare Center (NSWC), Crane, Indiana.

Contacts
Contact nameMegan Murphy
Contact emailmegan.r.murphy@usace.army.mil
Contact phoneNone
Secondary contact nameJessica Moss
Secondary contact emailjessica.k.moss@usace.army.mil
Secondary contact phoneNone
Same Region Opportunities