- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Design-Build Maintenance and Repair (MRAR) of the Charleston (Cross Lanes) Armed Forces Reserve Center (AFRC), Building 17001, Charleston, WV
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WV. Response deadline: Mar 24, 2026. Industry: NAICS 236220 • PSC Z2JZ.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 33 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
The U.S. Army Corps of Engineers (USACE), Louisville District, is conducting a Market Survey to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business, Veteran-Owned Small Business, or Service-Disabled Veteran-Owned Small Business and you are interested in this project please respond appropriately.
PROJECT LOCATION: Charleston, WV
PROJECT TITLE: Design-Build Maintenance and Repair (MRAR) of the Charleston (Cross Lanes) Armed Forces Reserve Center (AFRC), Building 17001, Charleston, WV
PROJECT DESCRIPTION:
This project requires design and construction services to repair the failing, two-story, 56,520 SF Armed Forces Reserve Center (AFRC), Building 17001 located in Charleston, WV, converting the failing facility to a fully functioning AFRC. The project will repair failing facility components, extend the economic life of the facility by 25 years and provide a modern Armed Forces Reserve Center that enables readiness for the assigned Army Reserve units. Project repairs failing electrical, plumbing, heating, ventilation, and air-conditioning (HVAC) systems, and building envelope including the roof. Repair by replacement of exterior and interior lighting fixtures, ceilings, fire protection system, emergency mass notification system to meet building codes, interior/exterior doors and windows, repair and repaint surfaces in the interior/exterior walls, damaged flooring, and install meters. With respect to the Americans with Disabilities Act (ADA), where deficient, the facility will be brought to standard. Project will demolish and abate all failing components and hazardous material. Asbestos, mold, lead-based paint, biohazard or other hazardous materials, if found, will be handled, stored, and disposed of in accordance with current laws and regulations. This project will require swing space during the project execution but is not anticipated to be a direct project cost. There are twelve (12) items of associated work being performed outside the 5' line of the facility; these associated projects are for the construction of the electric transformer and electric lines to the facility, the replacement of the telecommunication lines to the facility, the repair of the domestic waterline, the repair of the sanitary line, the repair of the fire hydrants and fire waterlines, the repair of the failing non-organizational parking lot, the repair of the fence at the Reserve Center, the restoration of the sidewalks around the facility, the repair of the stormwater basins and piping, the construction of a Mobile Kitchen Trailer concrete pad, the construction of a dumpster enclosure and the construction of a new monument sign.
Contract duration is estimated at 730 calendar days from contract notice to proceed. The estimated cost range is between $25,000,000 and $100,000,000. NAICS code is 236220 – Commercial and Institutional Building Construction. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business, Veteran-Owned Small Business, or Service-Disabled Veteran-Owned Small Business contractors should respond to this survey via the link provided in this announcement by 24 March 2026 by 5:00 PM Eastern Daylight Time (EDT).
Responses should include:
1. Identification and verification of the company’s small business status.
2. Contractor’s Unique Identifier Number (UEID) and CAGE Code.
3. Information on the Contractor’s ability to be bonded showing current single and aggregate performance and payment bond limits.
4. Descriptions of Experience – Interested firms must provide descriptions of no more than three (3) projects where the interested firm served as the Prime Contractor. If you are a Small Business, you may provide Past Performance of affiliates in accordance with DFARS 215.305(a)(2)(C). Submissions of Past Performance projects from affiliates shall include documentation of the affiliation to the offeror. To be relevant the projects submitted should be greater than 95% construction complete of a full building renovation or completed within the last 5 years from the date of responses to this Sources Sought that are similar to this project in scope and complexity. Demonstrate experience including self-performing 15% of the construction direct contract labor (including testing and layout personnel) exclusive of other general conditions or field overhead personnel, material, equipment, or subcontractors to be considered similar.
5. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance.
6. Example projects must be of similar size and scope.
a. Projects similar in scope to this project include fully facility restoration/complete building repair and renovation of buildings with two (2) or more floors above ground that are:
- Armed Forces Reserve Centers (AFRC)
- Army Reserve Centers (ARC)
- Armed Forces Training Centers (AFTC)
- National Guard Armories
- Federal Agency Office Buildings
- Military Headquarters Buildings
- Higher Education Facilities such as High Schools and University Buildings (not including dormitories, residence halls, living quarters, parking garages, gymnasiums, sports facilities, etc.)
Submitted projects must demonstrate experience with a complete building renovation/repair that are two (2) or more floors above ground to be considered similar in scope. Complete building renovation includes, but is not limited to experience with architectural, structural, mechanical, electrical, plumbing, data, fire protection, roofing, and communication systems renovations.
b. Projects similar in size to this project include:
(i) Major construction projects of at least 40,000 SF of complete renovated/repaired building.
c. Based on the information above, for each project submitted, include:
(i) Current percentage of construction complete and the date when it was or will be completed.
(ii) Size of the project (SF of renovated building)
(iii) Scope of the project (specific trades, utility connections, structural, mechanical systems, electrical systems, HVAC commissioning, roof systems, HazMat/abatement/demolition, telecommunications, etc.)
(iv) The dollar value of the construction contract and whether it was Design-Bid Build or Design-Build.
(v) The portion and percentage of work that was self-performed. Describe the work your company self-performed. Must be at least 15% self-performed.
(vi) Identify the number of subcontractors by construction trade utilized for each project.
(vii) Provide two (2) references.
7. Small Businesses are reminded under Revolutionary Federal Acquisition Regulation Overhaul (RFO) clause 52.219-14, Limitations on Subcontracting (01 Feb 2026); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.
Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/1RQ8Jr2e55 or via the QR Code provided below under the Attachment/Links section of this announcement.
This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this Market Survey.
NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.
All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-3- Payments by Electronic Funds Transfer – System for Award Management which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website https://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from https://www.SAM.gov.
Please begin the registration process immediately to avoid delay of the contract award should your firm be selected.
ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory for all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.
Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.
Vendors can check whether an account is active by performing a query by their Unique Entity Identifier (UEID). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.
To find out additional information about the changes to the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.SAM.gov).
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.