Active Solicitation · DEPT OF DEFENSE

    USACE SPK DESIGN BUILD (DB) CONSTRUCTION, NSA-U CONSOLIDATION MISSION FACILITY, UTAH

    Sol. W9123826RA012PresolicitationSACRAMENTO, CA
    Open · 15d remaining
    DAYS TO CLOSE
    15
    closes May 28, 2026
    POSTED
    May 14, 2026
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Y1AZ
    Product & service classification

    AI Summary

    The US Army Corps of Engineers is seeking contractors for a Two-Phase Design-Build solicitation for the NSA-U Consolidation Mission Facility in Utah. The project includes administrative, commons, and parking facilities, with a construction budget between $375 million and $475 million. Interested bidders must comply with U.S. citizenship requirements and register in SAM and PIEE for solicitation access.

    Contract details

    Solicitation No.
    W9123826RA012
    Notice Type
    Presolicitation
    Posted Date
    May 14, 2026
    Response Deadline
    May 28, 2026
    NAICS Code
    236220AI guide
    PSC / Class Code
    Y1AZ
    Primary Contact
    Natalia Gomez
    State
    CA
    ZIP Code
    95814-2922
    AI Product/Service
    service

    Description

    Project Description: Two-Phase Design-Build (DB) National Security Agency – Utah (NSA-U) Consolidation Mission Facility (CMF)

    Solicitation Notice Number: W9123826RA012

    Description:


    The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates issuing a Two-Phase Design-Build (DB) solicitation for construction services to be performed in support of the National Security Agency- Utah (NSA-U) Consolidation Mission Facility (CMF) in Utah.

    The USACE-SPK, anticipates a potential requirement for design and construction of the following facilities:

    Administrative facility:

    • Provides administrative space, support space, infrastructure, equipment and communications space, and storage areas.
    • Administrative space includes office areas, conference rooms, storage areas, and multipurpose auditorium.
    • The facility will be built to Sensitive Compartmented Information Facility (SCIF) standards in accordance with Intelligence Community Directive (ICD) 705.

    Commons facility:

    • Will provide personnel support spaces, including fitness center, grab-and-go cafeteria, outdoor seating, unclassified conference rooms, mechanical, electrical, and telecom support spaces, as well as loading dock.

    Parking Structure:

    • Will be constructed to provide privately-owned vehicle (POV) parking for staff and visitors.
    • The parking structure will include accessible parking, pedestrian stair towers and elevators, as well as mechanical and electrical spaces.

    Vehicle Control Point (VCP):

    • The VCP will consist of an overhead canopy with two guard booths, inbound and outbound roadway, overwatch booth, and rejection lane with rejection shelter. A new traffic circle will be constructed with point of connection to the NSA-U site access road. Existing parking and roadways will be modified to provide access to the new VCP and maintain access to the existing Vehicle and Cargo Inspection Facility (VCIF) and existing Visitor Control Center (VCC).  All will be required to integrate with existing site access points and satisfy Anti-Terrorism/Force Protection (AT/FP) requirements. 

    This project will include all required supporting facilities, associated site work, and environmental measures.

    All contractor and subcontractor personnel performing work under this contract must be citizens of the United States. U.S. citizenship is a prerequisite for obtaining the required Department of War (DoW) personnel security clearances. The contractor shall be responsible for ensuring all personnel comply with this requirement and all applicable federal security regulations.

    The Government intends to use a Two-Phase DB selection process. In Phase-One, the Government will issue a Phase-One Solicitation to evaluate technical qualifications and identify the most highly qualified offerors. Price or cost will not be evaluated in Phase-One.  In Phase-Two, only the shortlisted offerors (up to five) will be invited to submit a detailed technical and price proposal in response to a Request for Proposal (RFP). The Government intends to award a Firm-Fixed Price (FFP) contract based on a Best Value Tradeoff analysis.  The magnitude of construction for the anticipated project is between $375,000,000 and $475,000,000.

    The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 236220 – Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $45,000,000.00 annual revenue. The Product and Service Code (PSC) is anticipated to be Y1AZ, Construction of Other Administrative Facilities and Service Buildings.

    The Phase-One Solicitation is anticipated to be issued as full and open competition through the Governmentwide Point of Entry (GPE) System for Award Management (SAM - www.SAM.gov) on or about 8 June 2026, with qualifications packages tentatively due 10 July 2026. The Phase-Two RFP will be issued to shortlisted offerors at a later date.

    Please DO NOT request an updated schedule if the estimated dates are surpassed; the Government will release all information publicly on SAM.gov when available, and requests for an updated posting schedule may be ignored.

    Please DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data required to respond to the solicitation will be furnished as part of the solicitation. Following solicitation release, all responsible sources may submit proposals that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time.

    All prospective Offerors and their Subcontractors must be registered in SAM and the Procurement Integrated Enterprise Environment (PIEE) websites to download solicitation information.

    Solicitation documents, plans, and specifications will only be available to be downloaded from PIEE, which may be accessed at https://piee.eb.mil/.

    Registration should be completed one (1) week prior to the anticipated solicitation release date.

    USACE-SPK will not notify Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments.

    The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE-SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.

    Key dates

    1. May 14, 2026Posted Date
    2. May 28, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    USACE SPK DESIGN BUILD (DB) CONSTRUCTION, NSA-U CONSOLIDATION MISSION FACILITY, UTAH 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.