Design-Build - Repair Multi-Service Troop Facility B2263

SOL #: FA301626R0018Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA3016 502 CONS CL
JBSA LACKLAND, TX, 78236-5286, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
May 11, 2026
2
Last Updated
May 11, 2026
3
Submission Deadline
Jul 13, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force is seeking proposals for a Design-Build (DB) project to Repair Multi-Service Troop Facility B2263 at Joint Base San Antonio (JBSA) Sam Houston, Texas. This 8(a) Set-Aside opportunity involves comprehensive renovation, deficiency correction, standby generator installation, and site work for a historical building. Proposals are due by July 13, 2026, at 5:00 PM Z.

Scope of Work

This Design-Build project requires the contractor to provide full design progression (35% to Issue for Construction) and all plant, labor, and materials for construction. The scope includes:

  • Interior renovation of Building 2263.
  • Correction of interior and minor exterior deficiencies.
  • Installation of a standby generator.
  • Various site work items.
  • Historical Preservation: The building is classified as historical, requiring review and approval of design elements by applicable historical agencies (e.g., SHPO, NPS Section 106 Review). The renovation must not permanently alter or degrade the historic structure.
  • Specialized Personnel: Requires a Qualified Fire Protection Engineer (QFPE) and a Historic Preservation Architect. The Designer of Record (DOR) must be Texas-licensed.
  • Technical Details: Clarifications address fire alarm systems, interior finishes, door frames, telecommunications (GFE for IT racks, GFGI for switches), an Operations Center designed as a Special Access Program Facility (SAPF), fire protection piping, and mechanical systems. HAZMAT report findings must be reviewed.

Contract Details

  • Opportunity Type: Solicitation (Design-Build)
  • Set-Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: Z2AA (Repair Or Alteration Of Office Buildings)
  • Place of Performance: Joint Base San Antonio (JBSA) Sam Houston, Texas
  • Contract Line Item Numbers (CLINs): CLIN 0001 (Design of B2263) and CLIN 0002 (Construction of B2263).
  • Wage Determination: Bidders must adhere to General Decision Number TX20260231 for Bexar County, Texas.
  • Compliance: Contractors must comply with DAF Guidance on Organizational Conflict of Interest, Class I ODS elimination, health and safety, installation access, and emergency notification systems.

Evaluation Factors

Award will be based on a Performance Price Tradeoff, with Past Performance being significantly more important than Price.

  • Factor 1 - Technical: Requires an "Acceptable" rating for both subfactors:
    • Subfactor A - Subcontractor Relationships: Identify work areas, demonstrate a minimum two-year relationship with subcontractors, provide at least two relevant projects per subcontractor, and outline a plan for future relationships.
    • Subfactor B - Key Personnel Qualifications: Provide position descriptions and qualifications for Project Manager, Superintendent, Quality Control Manager, Historic Preservation Architect, and Qualified Fire Protection Engineer.
  • Factor 2 - Past Performance: Evaluates recent, relevant, and quality of past performance. Requires projects similar in magnitude, scope, and complexity, completed within the last five years with an initial award value of $25,000,000 or greater. A "Substantial" or "Satisfactory" Confidence rating is required.
  • Factor 3 - Price: Evaluated for fairness and reasonableness, but not assigned a rating.

Submission Requirements & Deadlines

  • Proposal Due Date: July 13, 2026, at 5:00 PM Z.
  • Submission Method: Electronically via the PIEE Solicitation Module.
  • Format: Proposals must adhere to specific electronic submission requirements, including language, indexing, font size, margins, file compatibility (Microsoft Windows, searchable PDF), and compression. Page limits apply to Volume I (Technical), Volume II (Past Performance), and Volume III (Price). Redacted copies are required.
  • Required Forms: Past Performance Information Form, Assumptions & Exceptions, Price Schedule, Construction Cost Estimate Worksheet.
  • Questions: Offerors must submit questions in writing via email; answers will be posted on SAM.gov. Notify the Contracting Officer of any discrepancies within five calendar days of RFP release.

Points of Contact

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 3
Solicitation
Posted: May 11, 2026
View
Version 2Viewing
Solicitation
Posted: May 11, 2026
Version 1
Solicitation
Posted: May 11, 2026
View