Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2026 SAM #8902
SOURCES SOUGHT

Y -- Repair Secure Area

Notice Date
4/9/2026 11:41:12 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4803 20 CONS LGCA SHAW AFB SC 29152-5125 USA
 
ZIP Code
29152-5125
 
Solicitation Number
FA480326RFI01
 
Response Due
4/20/2026 11:00:00 AM
 
Archive Date
05/05/2026
 
Point of Contact
Craig Johnson, Phone: 8038955384, Motaz Irshid, Phone: 8038955529
 
E-Mail Address
craig.johnson.37@us.af.mil, motaz.irshid@us.af.mil
(craig.johnson.37@us.af.mil, motaz.irshid@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought Notice: Design-Build Services for Secure Facility Repair at Shaw AFB (Small Business) 1.0 Synopsis This is a SOURCES SOUGHT NOTICE for market research purposes only. This is not a solicitation for proposals, a request for quotation, or a promise to issue a solicitation in the future. The purpose of this notice is to obtain information from qualified and interested parties regarding their capabilities to perform the work described herein. The Government does not intend to award a contract based on this notice or otherwise pay for the information solicited. Project Title: Repair Secure Area Project Number: VLSB 26-2502 Location: Shaw Air Force Base, SC Contract Type: Design-Build NAICS Code: 236220, Commercial and Institutional Building Construction. The Government�s objective is to identify qualified Small Business sources for this requirement. Responses are sought from Small Businesses under the specified NAICS code. This information will be used to determine the appropriate acquisition strategy for a potential future procurement. 2.0 Project Description The 20th Contracting Squadron at Shaw Air Force Base is seeking information on contractors who have the capability to execute a Design-Build (DB) contract for the complete repair and renovation of an existing ~5,667 SF structure. The project will transform the facility into a modern, turnkey secure area. The scope of work requires all management, design, engineering, labor, and materials to deliver a zero-defect facility compliant with all security standards. Major work items include, but are not limited to: Complete Interior Demolition: Removal of all existing interior partitions, ceilings, and Mechanical, Electrical, and Plumbing (MEP) systems. Full Building Envelope Repair: Infilling of all existing window and wall voids to create a seamless, penetration-free envelope and extending perimeter walls to the eave. Full Roof Replacement: Installation of a new 20-year warrantied standing seam metal roof system over the existing structure. Secure Facility Construction: Interior reconfiguration to create three separate secure areas with required acoustic (STC) ratings and physical separation. Hazardous Material Abatement: Safe removal and disposal of asbestos-containing materials identified in the flooring mastic. Structural Modifications: Evaluation and modification of the existing pre-engineered metal building frame to meet current wind load requirements. New MEP & Life Safety Systems: Design and installation of all new HVAC (including redundant cooling for COMM rooms), electrical (including backup generator), plumbing, fire alarm/mass notification, and fire sprinkler systems. Security & Communications Infrastructure: Installation of all conduit, power, and pathways to support Government-installed Intrusion Detection Systems (IDS), Access Control Systems (ACS), and multiple classification telecommunications networks. The total period of performance for this project is estimated to be 293 calendar days, which includes a multi-phase design process (35%, 65%, 95%) and the construction phase. 3.0 Required Capabilities Interested parties should demonstrate significant experience and capability in the following areas: Design-Build Experience: Proven performance as a prime contractor on Design-Build projects of similar size, scope, and complexity, preferably for Department of Defense or other federal agencies. Complex Renovations: Capability to perform comprehensive demolition, hazardous material abatement, and structural modifications on existing facilities while ensuring structural integrity. Secure Environment Expertise: Access to a dedicated Secure Area Subject Matter Expert (SME) responsible for ensuring all security-related aspects of design and construction comply with governing standards. Specialized MEP Systems: In-house or team capability for designing and installing complex HVAC and electrical systems, including backup power and redundant systems required for secure facilities. Military Installation Experience: Experience working on active military installations and complying with all associated safety and security protocols, including dig permits and critical lift plans. 4.0 Submission Requirements Interested Small Businesses are requested to submit a capability statement package. The submission should include the following: Company Information: Company Name, Address, UEI number, CAGE code, and business size/socio-economic status under NAICS code 236220 (e.g., Small Business, 8(a), HUBZone, SDVOSB, WOSB, etc.). Capability Statement: A narrative (not to exceed 5 pages) that addresses the ""Required Capabilities"" listed in Section 3.0 and describes your company's approach to this project. Past Performance: Summaries of at least two (2), but no more than four (4), relevant projects completed within the last seven (7) years. Relevance: Projects must be Design-Build and involve Secure Areas or other high-security area construction. For each project, provide: Project Title, Location, and a brief description of the scope, emphasizing its similarity to this project's requirements. Contract Number and Final Contract Value. Period of Performance. A customer point of contact (name, phone, and email). Period of Performance Assessment: An assessment of the proposed 293-calendar day Period of Performance. Please state whether your company considers this timeline to be realistic for a project of this scope and complexity. If the timeline is considered insufficient, provide a detailed rationale with a proposed alternative schedule. Confirmation: A statement confirming your company is US-based and has the ability to gain access to military installations to perform work. Please submit all information electronically to craig.johnson.37@us.af.mil and motaz.irshid@us.af.mil no later than 20 April 2:00 PM EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7569cc10253441ac953ba87066f3d5ec/view)
 
Place of Performance
Address: Shaw AFB, SC 29152, USA
Zip Code: 29152
Country: USA
 
Record
SN07775155-F 20260411/260409230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.