FY25 KNMD209087 Egress Shop F22, JBPHH, Hawaii
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: HI. Response deadline: Mar 21, 2026. Industry: NAICS 236220 • PSC Y1BZ.
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
Description:
THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. This announcement is for information and planning purposes only and is not to be constructed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.
The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential Design-Bid-Build Construction for the FY25 KNMD209087 Egress Shop F22 Joint Base Pearl Harbor-Hickam, Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE.
Project Description:
This firm-fixed price, design-bid-build (DBB) project to construct an Egress Maintenance Facility at Joint Base Pearl Harbor Hickam (JBPHH), Hawaii. The Egress Maintenance facility will utilize conventional design and construction methods to accommodate the mission of the facility. The planned location for this new facility will comply with required explosive QD arc setbacks. Facilities will be designed in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02), which also includes standards on energy efficiencies, building envelope, and integrated building systems performance. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance.
The project includes an asphalt pavement access drive to the facility from an existing towway, and site and grading work for the Egress Shop facility. Additionally, there is a bid option to construct a concrete pad for the Aerospace Ground Equipment (AGE) and concrete pad for the gaseous oxygen (GOX) carts. Water and sewer services are to be provided to the building. Stormwater management for the expanded concrete pavement, asphalt pavement and roofed area will be designed to comply with current stormwater ordinance and LID water quality requirements.
The Egress Shop is a one-story structure with an approximate 13 ft eave height and a 17 ft ridge height. The approximate plan dimensions of the building are 65 ft by 67 ft. The Egress Shop is divided into a work/explosives area and an administrative area. The roof will consist of metal deck panels and the walls will be constructed of Cast-in place concrete along the perimeter of the building and a Concrete masonry units (CMU) walls in the interior of the building. The work/explosives area may also include frangible walls/roof. Micropiles will be used to support the building. The GOX Canopy will be a one-story open structure with an approximate plan dimension of 15 feet by 30 feet. The roof framing will consist of metal deck over steel rafters and girts, which are supported by steel columns connected to concrete pedestals atop shallow spread footings.
Project magnitude is between $5M - $10M
Interested PRIME CONTRACTORS shall submit the following:
- Narrative demonstrating vertical design-bid-build experience in a similar type of work at a remote location with a limited footprint next to an existing building in a populated area. If the construction experience from was not in a remote location with a limited footprint, provide construction experience working at a location comparable in setting to Joint Base Pearl Harbor-Hickam.
- Bonding capability for a single contract action of at least $10M and aggregate of at least $25M by the interested prime contractor.
- UEI/CAGE CODE, Expiration date in SAM.GOV.
- Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19.
Interested Small Business Subcontractors should submit the following:
- Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed.
- The size of the crew(s) available to perform work.
- Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business
- UEI and CAGE CODE, Expiration date in SAM.GOV.
Narratives shall be no longer than two (2) pages.
The following anticipated small business subcontracting goals have been established and are considered reasonable and achievable for the performance of this requirement. Please advise whether these goals are not achievable. If so, please specify any factors that may prevent from achieving these goals.
- 20% of the subcontracted amount with small businesses;
- 5% with small disadvantaged businesses;
- 2% with woman-owned small businesses;
- 3% with HUBZone small businesses;
- 2% with veteran-owned small businesses;
- 2% with service-disabled veteran-owned small businesses;
Email responses are required. Responses are to be sent via email to kriztofer.r.laborete@usace.army.mil and jennifer.i.ko@usace.army.mil no later than March 20, 2026, 2:00 p.m. Hawaii Standard Time.
Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.
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.