Closed Solicitation · DEPT OF DEFENSE

    FY24 KNMD209086 Conventional Munitions Cube Storage Addition; FY24 KNMD209085 Munitions Maintenance and Inspection Facility, JBPHH, Hawaii

    Sol. W9128A26Z0012Sources SoughtFORT SHAFTER, HI
    Closed
    STATUS
    Closed
    closed Mar 21, 2026
    POSTED
    Feb 19, 2026
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Y1BZ
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers is seeking letters of interest from prime contractors for a design-bid-build project at Joint Base Pearl Harbor-Hickam, Hawaii. The project includes constructing a Munitions Maintenance and Inspection Facility and expanding a Munitions Cube Storage. Interested contractors must demonstrate relevant experience and bonding capability. Responses are due by March 20, 2026.

    Contract details

    Solicitation No.
    W9128A26Z0012
    Notice Type
    Sources Sought
    Posted Date
    February 19, 2026
    Response Deadline
    March 21, 2026
    NAICS Code
    236220AI guide
    PSC / Class Code
    Y1BZ
    Contract Code
    2100
    Issuing Office
    W2SN ENDIST HONOLULU
    Primary Contact
    Kriztofer Laborete
    State
    HI
    ZIP Code
    96858-5440
    AI Product/Service
    both

    Description

    Description: THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. This announcement is for information and planning purposes only and is not to be constructed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential Design-Bid-Build Construction for the FY24 KNMD209086 Conventional Munitions Cube Storage Addition; FY24 KNMD209085 Munitions Maintenance and Inspection Facility, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: This firm-fixed price, design-bid-build (DBB) project to construct a Munitions Maintenance and Inspections Facility (M&I) and expand an existing Munitions Cube Storage (MCS) at Joint Base Pearl Harbor Hickam (JBPHH), Hawaii. The M&I and MCS utilize conventional design and construction methods. The M&I facility will include new paving and underground utility infrastructure provided for access, power, water, sewer, and communications. A separate Material Assembly Center (MAC) Pad will be provided as part of the project. The MCS includes upgrading of the existing fire alarm and suppression system to comply with current standards. Also included is a section of new asphalt pavement adjacent to the existing asphalt pavement to facility access around this new facility section. Maintenance facility lightning and grounding protection requirements are included in the new facility. Facilities will be designed in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02), which also includes standards on energy efficiencies, building envelope, and integrated building systems performance. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Site improvements include fine grading, pavement installation and repair, and installation of a new stormwater management system. The existing M&I facility project site is a relatively flat, grassed area. The existing MCS facility is elevated above the surrounding area. The pavement surrounding the existing MCS Facility is sloped away from the building in all directions. The M&I building will be a one-story structure with the following approximate dimensions: 17 feet eave height; 21 feet ridge height; and plan dimensions of 73 feet by 37 feet. The building is divided into two bays and a mechanical/communication area along with a restroom for users. A 4000 lb capacity hoist is to be supplied in each bay. The roof will consist of metal deck panels and the walls that separate the bays from each other will be constructed of reinforced concrete. The walls that line the perimeter of each bay will be constructed of frangible metal stud walls and frangible overhead doors. Micropiles (~40 – 50ft) will be used to support the building. The new facility will include a Fire Alarm and Suppression system to meet current standards. Communication infrastructure to the new facility is included for Mass Notification as well as conduits and boxes for the M&I campus public address system. Maintenance facility lightning and grounding protection requirements are included in the new facility. A pressurized air system will also be provided to support mission work. The proposed MAC pad location was previously covered with gravel that has since been covered with patches of vegetation. The MAC pad is expected to be 12-inch thick concrete over 10-inches of graded aggregate base. The pad shall be reinforced top and bottom, each way. The perimeter of the MAC pad will incorporate a turned down edge approximately 22-inches deep by 18-inches wide. The MCS addition will be a one-story structure with an approximate 11 ft eave height and 16 ft ridge height. The approximate plan dimensions of the addition are 30 feet by 43 feet. The addition consists of four storage cubicles. The roof will consist of metal deck panels and the walls that separate the cubicles from each other will be made of reinforced concrete. The walls that line the front of each bay will be made of frangible overhead doors and metal stud jambs. Micropiles will be used to support the MCS addition. Project magnitude is between $10M - $25M Interested PRIME CONTRACTORS shall submit the following: Narrative demonstrating vertical design-bid-build experience in a similar type of work at a remote location with a limited footprint next to an existing building in a populated area. If the construction experience was not in a remote location with a limited footprint, provide construction experience working at a comparable location setting to Joint Base Pearl Harbor-Hickam. Bonding capability for a single contract action of at least $25M and aggregate of at least $50M by the interested prime contractor. UEI/CAGE CODE, Expiration date in SAM.GOV. Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19. Interested Small Business Subcontractors should submit the following: Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed. The size of the crew(s) available to perform work. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business UEI and CAGE CODE, Expiration date in SAM.GOV. Narratives shall be no longer than two (2) pages. The following anticipated small business subcontracting goals have been established and are considered reasonable and achievable for the performance of this requirement. Please advise whether these goals are not achievable. If so, please specify any factors that may prevent from achieving these goals. 20% of the subcontracted amount with small businesses; 5% with small disadvantaged businesses; 2% with woman-owned small businesses; 3% with HUBZone small businesses; 2% with veteran-owned small businesses; 2% with service-disabled veteran-owned small businesses; Email responses are required. Responses are to be sent via email to kriztofer.r.laborete@usace.army.mil and jennifer.i.ko@usace.army.mil no later than March 20, 2026, 2:00 p.m. Hawaii Standard Time. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.

    Key dates

    1. February 19, 2026Posted Date
    2. March 21, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FY24 KNMD209086 Conventional Munitions Cube Storage Addition; FY24 KNMD209085 Munitions Maintenance and Inspection Facility, JBPHH, Hawaii 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.