Closed Solicitation · DEPT OF DEFENSE

    DEPARTMENT OF STATE RENOVATION HANGARS 985 AND 986 BUREAU OF INTERNATIONAL NARCOTICS AND LAW ENFORCEMENT AFFAIRS Patrick SFB, Florida

    Sol. W912EP25RA007SolicitationJACKSONVILLE, FL
    Closed
    STATUS
    Closed
    closed Jul 2, 2025
    POSTED
    Nov 14, 2025
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Z2BZ
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers is seeking proposals for the design and renovation of Hangars 985 and 986 at Patrick SFB, Florida. This project involves extensive renovations, including gutting and refurbishing spaces, improving functionality, and ensuring compliance with accessibility standards. Proposals are due by 10:00 AM EDT on July 2, 2025, and must be submitted electronically via the PIEE website.

    Contract details

    Solicitation No.
    W912EP25RA007
    Notice Type
    Solicitation
    Posted Date
    November 14, 2025
    Response Deadline
    July 2, 2025
    NAICS Code
    236220AI guide
    PSC / Class Code
    Z2BZ
    Contract Code
    2100
    Primary Contact
    Isis Hill
    State
    FL
    ZIP Code
    32207-0019
    AI Product/Service
    service

    Description

    The U.S. Army Corps of Engineers (USACE) Jacksonville District is issuing a Design/Build Request for Proposal (RFP) for the design and renovation existing Hangar 985 and Building 986 at Patrick SFB, FL. Hangar 985 and Building 986 are bounded by an aircraft apron to the north, an access road to the west and east, and a parking lot to the south. Existing aprons, parking, roads, and other adjacent facilities will remain in place and in operation during construction except for parking immediately south of Hangar 985 and the aircraft apron north of the project site which will be used for construction laydown areas. Minor sitework to support utility infrastructure is required. Hangar 985 will be unoccupied prior to the start of abatement and demolition activities. The contractor will be required to completely gut and refurbish Hangar 985 from the building envelope in. Enlarging the wings for operational, administrative, and maintenance functions to create additional space will also be required. An addition to meet accessibility standards is also included. Contractor will renovate various spaces within Building 986 to improve the functionality of building services and eliminate current health hazards such as mold and bird droppings. A portion of the building will be occupied during renovations. Renovation of Building 986 will include the abatement necessary for areas being renovated, optional replacement of the existing hangar roof, replacement of the roof and roof structure of the east wing, replacement of bird netting in the high bay spaces, and the optional addition of fans and ventilation and fire protection in high bay space as well as updates to the office spaces and building services for these office spaces. The project is not expected to reach any trigger points requiring upgrades to antiterrorism/force protection (ATFP), accessibility, etc.; nonetheless, the project will ensure that the replacement of windows and doors will meet current ATFP requirements. TYPE OF CONTRACT: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract using the Two-Phase Design Build procedures identified in the FAR subpart 36.3. TYPE OF SET-ASIDE: This acquisition will be an Unrestricted (Full and Open) competitive procurement. NAICS CODE: 236220 - Commercial and Institutional Building Construction. Small Business Size Standard: $45 million. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000 in accordance with DFARS 236.204. PERIOD OF PERFORMANCE: 973 calendar days after receiving notice to proceed. The contractor shall commence work within 60 calendar days of receipt of the NTP. All options, if exercised will be completed concurrently with base work. The contractor shall commence work within 30 calendar days of receipt of the NTP. PROPOSAL REQUIREMENTS: The proposals will be evaluated using a Best Value Trade-Off source selection process. This will be a two-phase Design/Build procurement process. Potential offerors are invited to submit their Prime Contractor and Designer of Record Past Performance, technical approach, and capability information as will be described in Phase I of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors: Past Performance for Prime Contractor and A/E Firm of Record and Technical Approach for Design/Build. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in Phase II the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors : Design Technical and Schedule, Small Business Participation, and Price. PROPOSAL DUE DATE: Proposals are due by 10:00am EDT on Wednesday, 2, July 2025. Solicitation will be issued in electronic format only and will be posted on the Procurement Integrated Enterprise Environment (PIEE) website. REGISTRATION: In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the sam.gov website. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to receive an award from this solicitation. You must be registered in SAM.gov in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/. The only authorized transmission method for a bid in response to this solicitation is electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. NO OTHER TRANSMISSION METHODS (EMAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.) WILL BE ACCEPTED. The bids must be received by the Government by the date/time specified in the solicitation. Offerors shall submit their proposal via the PIEE website?s Solicitation Module using the following link: https://piee.eb.mil/. Instructions on how to submit a bid can be found using the following link: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. All inquiries must be in writing via ProjNet. Instructions on how to access ProjNet are included in the solicitation. All answers will be provided in writing via ProjNet.

    Key dates

    1. November 14, 2025Posted Date
    2. July 2, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    DEPARTMENT OF STATE RENOVATION HANGARS 985 AND 986 BUREAU OF INTERNATIONAL NARCOTICS AND LAW ENFORCEMENT AFFAIRS Patrick SFB, Florida is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.