Navigate the lattice: hubs for browsing, trends for pricing signals.
Sources Sought-Market Survey For PN: 67185 Joint Deployment Warfighting Complex (JDWC) at Fort Bragg, NC
1. Introduction and Purpose
The U.S. Army Corps of Engineers (USACE), Savannah District, is conducting market research to identify potential sources with the interest and capability to perform construction and specialty trade services for the Joint Deployment Warfighting Complex at Fort Bragg, NC.
The purpose of this announcement is to identify qualified and interested businesses to assist in determining the appropriate acquisition strategy for this requirement. The Government is currently evaluating the Integrated Design and Construction (IDaC) strategy for this requirement. Based on the responses received from interested parties, a decision will be made regarding the appropriateness of utilizing the IDaC strategy for requirement.
The proposed contract type for construction is Integrated Design and Construction (IDaC). The proposed contract type is designed to integrate the construction contractor early in the design phase. This approach allows the selected construction firm to provide critical constructability analysis and cost-saving input to the Designer of Record, who will be operating under a separate contract.
Key Features of the IDaC Contract:
The selected Contractor is required to have sufficient staff, flexibility, and capability to be available on an as-needed basis to support the integrated design process. Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to construct the Joint Deployment Warfighting Complex (see paragraph 3 for project description)
2. Procurement & Project Details
3. Project Description
Construct a Joint Deployment Warfighting Complex using the standard Command and Control Facility (C2F) design. The project includes an administrative area divided into discrete security zones and an operations area that provides special use space for a Secure Administrative Area, Arms Room, Operations Center (OC), and Network Operations Center (NOC). Construction shall include all information technology networks required for mission execution including wireless NIPRnet, wireless SIPRnet throughout, as well as Battlefield Information Collection Exploitation System (BICES), and the Joint Worldwide Intelligence Communication System (JWICS), redundant mechanical and electrical systems with backup power, secure organizational vehicle parking, antenna pad, loading service areas, information systems, fire protection, alarm systems, closed circuit television connection, Intrusion Detection System (IDS) installation, cybersecurity measures, and Energy Monitoring Control Systems (EMCS) connection.
Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, storm drainage, information systems, landscaping, and signage. Parking will be provided at 90% of the total building occupants. Diesel generators are required for the facility to provide 14-days of backup power generation. Additionally, an adjacent intersection of two main installation thoroughfares will require improvements to accommodate the increased traffic counts generated by the new complex. Construction of the All-American Parkway extension (approximately 0.65 miles) is likewise required.
4. Submission Requirements and Instructions for Interested Parties
All interested and capable firms are requested to respond to this announcement. The information provided must be concise and directly demonstrate the respondent's capabilities and experience in managing, leading, and executing projects of this nature as the prime contractor.
Interested firms must complete two actions by the deadline:
Note: The Government will review all submissions to determine a contractor/firm’s qualification. All responses must be received by the date and time specified. The Government will not accept late submissions.
Notice of Pre-Qualification Process for Integrated Design and Construction (IDaC)
Please be advised that the information submitted in response to this notice will be used by the Government to pre-qualify potential prime contractors.
5. Disclaimer
This is a Sources Sought for Qualified Prime Contractor Firms Only. This announcement is for informational and market research purposes only and does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB).
The Government is considering the Integrated Design and Construction (IDaC) process and should this process be utilized, a formal solicitation may be issued directly to a pool of pre-qualified contractors. If an alternative strategy is chosen, the Government will adhere to the procedures required by that specific procurement path.
Please be advised that this is not a commitment by the Government to issue a solicitation or award a contract. Responses to this announcement are to be used to pre-qualify contractors, and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses. All information submitted is voluntary and will not be returned.
Thank you for your interest in this potential requirement.
Inquiries:
Interested parties may submit questions concerning the IDaC process or the preparation of their capability statements. Technical questions related to project work are not permitted at this time. Inquiries of that nature will be deferred. All authorized inquiries should be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org) prior to the date established in this announcement for submission of survey responses. ProjNet will close to any further questions at this point.
To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment or question will receive an acknowledgement via email, followed by an answer after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet.
Specific Instructions for Initial ProjNet Bid Inquiry Access:
1) From the ProjNet home page, click on Quick Add on the upper right side of the screen.
2) Identify the Agency as USACE.
3) Key. Enter the Bidder Inquiry Key listed above.
4) Email. Enter the email address you would like to use for communication.
5) Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form.
6) Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.
7) Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.
Specific Instructions for Future ProjNet Bid Inquiry Access: Steps 1) through 3): same as above.
4) Email. Enter the email address you used to register previously in ProjNet.
5) Click Continue. A page will then open asking for the answer to your Secret Question.
6) Enter your Secret Answer and click Login. Once this is completed, you are logged into the system.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.