Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2025 SAM #8706
SOLICITATION NOTICE

Y -- F35 3-BAY HANGAR at Ebbing ANGB Fort Smith, AR

Notice Date
9/25/2025 10:40:55 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W076 ENDIST TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV25RA028
 
Response Due
10/10/2025 12:00:00 PM
 
Archive Date
02/06/2026
 
Point of Contact
Melissa Hyslop, Phone: 9186697670
 
E-Mail Address
melissa.d.hyslop@usace.army.mil
(melissa.d.hyslop@usace.army.mil)
 
Description
PRE-SOLICITATION NOTICE ForF35 3-BAY HANGAR EBBING AIR NATIONAL GUARD BASE (ANGB), FORT SMITH, ARKANSASThis is a PRE-SOLICITATION NOTICE for the construction of a F35 3-Bay Hangar at Ebbing ANGB, Fort Smith, AR. THIS IS NOT A SOLICITATION FOR PROPOSALS/BIDS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.The U.S. Army Corps of Engineers ? Tulsa District has been tasked to solicit for and award a F35 3-Bay Hangar at Ebbing ANGB, Fort Smith, AR. The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using the trade-off process. This will be an unrestricted procurement that will result in the award of one (1) contract.Project Description:This project involves the construction of an approximately 25,000 square foot 3-bay aircraft maintenance hangar to support the bed down of the F-35 Aircraft located in Fort Smith, Arkansas. Project includes and single-story steel framed reinforced concrete aircraft hangar with a pier and grade beam foundation and metal roof. The hangar will provide bay spaces for general maintenance, corrosion control, fuel system maintenance, and washdown capabilities. The space also includes a back shop comprising of administrative offices, storage areas, tool room, and compressed air. Lightning protection, fire detection and suppression, and intrusion detection are included. Supporting facilities include utilities, airfield pavements, concrete or asphalt parking lot (approx. 89 spaces), roadways/access drives, security fencing, sidewalks, pedestrian turnstiles, site improvements, and communication support to provide complete and usable facility. The base bid shall have a 5,250 square foot building with a 6-bed configuration with 4 cells + 2 segregation cells totaling 6 cells. Construction of an additional 2 cells, for a total of 8 cells overall will be an option to the contract. Quality control is expected to require specialized experience in fire protection, special structural inspector, mechanical integrator, structural engineering, electrical engineering, metal roofing inspector, and pavements.In accordance with DFARS 236.204, the estimated construction price range for this project is $25,000,000 and $100,000,000.FAR 22.503(a) Policy states ?Executive Order (E.O.) 14603, Use of Project Labor Agreements (PLA) for Federal Construction Projects, requires agencies to use project labor agreements in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal Construction projects. IAW FAR 52.222-34, Project Labor Agreement and FAR 52.222-33 Alt I, Notice of Requirement for Project Labor Agreement, a PLA will be required from the apparent low bidder prior to award. The PLA requirement is under evaluation and will be updated at time of solicitation.Estimated duration of the project is 720 calendar days.The North American Industry Classification System code for this procurement is 236220, which has a small business size standard of $45M.TYPE OF SET-ASIDE: NONE ? This requirement will be procured as unrestricted.The anticipated solicitation issuance date is on or about 15 October 2025 and the estimated proposal due date will be on or about 21 November 2025. The official solicitation number W912BV25RA028 will be issued under SAM.gov via PIEE.eb.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c8a7c602ac724f618d26994e2d62477e/view)
 
Place of Performance
Address: 4850 Leigh Ave Fort Smith, AR 72903 72903
Zip Code: 72903
 
Record
SN07604510-F 20250927/250925230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.