Active Solicitation · DEPT OF DEFENSE

    FTC CDC RENOVATE B3069

    Sol. W912QR-61034642SolicitationLOUISVILLE, KY
    Open · 11d remaining
    DAYS TO CLOSE
    11
    closes May 4, 2026
    POSTED
    Apr 20, 2026
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Y1CA
    Product & service classification

    AI Summary

    This RFP invites Small Business MATOC Contractors to submit proposals for the renovation of Building 3069 at Fort Campbell, KY. The project includes HVAC replacement and fire protection upgrades to meet new CDC standards. Proposals are due by 11:00 AM EST on May 4, 2026, and must include a detailed price breakdown. Payment and performance bonds will be required.

    Contract details

    Solicitation No.
    W912QR-61034642
    Notice Type
    Solicitation
    Posted Date
    April 20, 2026
    Response Deadline
    May 4, 2026
    NAICS Code
    236220AI guide
    PSC / Class Code
    Y1CA
    Primary Contact
    Stephanie Drees
    State
    KY
    ZIP Code
    40202-2230
    AI Product/Service
    service

    Description

    This RFP is for the Small Business MATOC Contractors identified only. 

    A&H Ambica JV, LLC
    Butt Construction Company, Inc.
    Howard W. Pence, Inc.
    KUNJ Construction Corp.
    SES Construction and Fuel Services, LLC
    FUTRON, Inc.
    HDD JV


    Reference is made to Indefinite Delivery Indefinite Quantity (IDIQ), Numbers W912QR21D0056 through W912QR21D0060, W912QR21D0085 and W912QR21D0086 to provide Design/Build Construction Services within the Great Lakes and Ohio River Division Mission Boundaries.


    We request you submit a price proposal for the FTC Renovate Building 3069 CDC, replace HVAC, fire protection and renovate facility to meet new CDC standards at Fort Campbell, KY as detailed in the scope of work, drawings, and specifications posted at the System for Award Management (www.Sam.gov). The documents are available for download at www.Sam.gov only. All vendors must be registered in the SAM database at Sam.gov. The RFP can be found logging into the website as a vendor and searching for the solicitation number W912QR-61034642. The estimated cost range is more than $10,000,000.


    The basis for award of this task order will be made based on a Best Value Trade-Off basis. Factors that will be reviewed are offeror’s past performance, as found within the Contractor Performance Assessment System (CPARS), in addition to price (base plus all options). Price is considered more important than past performance. The Government will be pulling your CPARS reports and will review quality and timeliness provided on prior jobs similar in scope and magnitude in accordance with the attached scope of work. Your proposal should include a price breakdown and/or labor category table demonstrating the use of the binding rates included in your MATOC contract. The submitted price breakdown should include sufficient detail to allow the Government to verify that your proposed price incorporates the binding rates from your base contract. Any level of effort shown in the submitted information will not be used for evaluation purposes and will be used only to ensure that the proposal is in compliance with the binding rates from the base contract. Proposals that fail to submit a price breakdown or fail to use the binding rates from your MATOC will not be considered. The Government intends to evaluate proposals and award a contract without discussions with offerors. Proposals submitted in response to this RFP shall be good for no less than 120 calendar days.


    Award of this project is Subject to the Availability of Funds. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.


    Proposals are due no later than 11:00 AM EST 04 May 2026. Submit your proposal by email to Stephanie.N.Drees@usace.army.mil. Proposals not received by the stated date/time will not be considered. Please acknowledge receipt of this RFP by signing below in the space provided and returning to Stephanie Drees via email at Stephanie.N.Drees@usace.army.mil.

    Payment and Performance Bonds will be required for this project. Performance and Payment Bonds are required within 10 days after the date of award. The Notice to Proceed will be issued after receipt and approval of the bonds.


    All questions regarding this Request for Proposal (RFP) must be submitted via ProjNet. The website to access this system is www.projnet.org and the bidder inquiry key for this specific project is: NIJV3E-8IYTZ8. Please see ProjNet instructions included in this RFP.


    If you have contractual questions, please contact Stephanie Drees at Stephanie.N.Drees@usace.army.mil. If an Offeror believes that the requirements in the RFP contain an error, omission, or are otherwise unsound; the offeror shall immediately notify the Contract Specialist in writing with supporting rationale. All Offerors is reminded that the Government reserves the right to award this RFP based on the initial proposals, as received, without discussion.

    Key dates

    1. April 20, 2026Posted Date
    2. May 4, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FTC CDC RENOVATE B3069 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.