FTC DB2B Fire Station
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: KY. Response deadline: Feb 16, 2026. Industry: NAICS 236220 • PSC Y1JZ.
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236220
Description
FTC DB2B Fire Station - Pre-Solicitation Synopsis
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (Two Phase Evaluation Board – RFP) for the FTC Fire Station, located in Fort Campbell, KY. Design and Construct a required non-standard one-company satellite fire station to serve the Sabre Airfield. The fire station will contain a kitchen and dining area, sleeping areas, storage area, training room, laundry, physical training room, latrines and apparatus room. The supporting facilities include electrical, heating and air conditioning (approximately 15 tons), basic landscaping and site development, information systems, security/scan system for AT/FP, and an area for firetruck basic maintenance and cleaning. Access for the handicapped will be provided.
TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 – Commercial and Institutional Building Construction.
TYPE OF SET-ASIDE: Full and Open Competition (Unrestricted).
SELECTION PROCESS: This will be a two-phase Design-Build-to-Budget procurement process. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. Phase I consideration will be given in two (2) evaluation factors: Past Performance and Technical Approach. The highest rated proposals will be down selected, and offerors with these proposals will be invited to submit proposals for Phase II. A target of three (3) most highly qualified offerors will be selected to participate in Phase II. During Phase II, consideration will be given in three (3) evaluation factors: Design/Technical, Management Approach and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FARS 36.204.
DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation February 2026. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://Sam.gov. PLEASE BE SURE TO SEND RESPONSES TO THE INDIVIDUAL LISTED IN THE SOLICITATION AND BE AWARE OF THE DATE FOR SUBMISSION IF YOU WISH TO ATTEND THE SITE VISIT.
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, http://Sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at http://Sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.
REGISTRATIONS:
Offerors shall have and shall maintain an active registration in the following database:
System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://Sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Stephanie Drees, Contract Specialist, at stephanie.n.drees@usace.army.mil
This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
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.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.