145th Security Force Building
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The 145th Airlift Wing in Charlotte, NC, has issued a Special Notice indicating its intent to release an Invitation for Bid (IFB) for the construction of a Security Forces Operations facility. This project is a 100% Total Small Business Set-Aside with an estimated magnitude between $5M and $10M. The tentative solicitation release is April 13, 2026, with a bid opening around May 13, 2026.
Project Overview
This opportunity involves providing all necessary plant, labor, materials, and supervision for the construction of a permanent Security Forces Operations facility. The facility must adhere to Department of Defense (DoD) Unified Facilities Criteria (UFC) 1-200-01 (General Building Requirements) and UFC 1-200-02 (High Performance and Sustainable Building Requirements), as well as DoD antiterrorism/force protection (AT/FP) requirements. The project will utilize conventional construction methods and incorporate local materials where cost-effective.
The scope includes three potential Additive or Deductive Items: a Pedestrian Bridge, Folding Partition in training rooms, and Millwork Lockers. Additionally, the project requires four brand-name specific products: Alerton (Direct Digital Control System), Best (Cormax Door Hardware Cores), Monaco Enterprises (Fire Alarm Radio Transceiver), and Sherwin Williams (Interior Finishes). A justification for these brand-name products will be posted with the solicitation.
Contract Details
The Government intends to award a single Firm Fixed-Price (FFP) contract. The contract duration is 360 days after the Notice to Proceed (NTP). The NAICS Code is 236220 with a size standard of $39,500,000. Award will be made to the responsible bidder whose bid is most advantageous, considering only price. The evaluation will follow DFARS 252.236-7007 for Additive or Deductive Items, allowing for an "All, Some or None" award based on budget and maximizing scope. Prior to award, the apparent low bidder must submit a statement demonstrating experience, organization, and financial/bonding resources. FAR Clause 52.219-14 (b)(4) applies, requiring contractors to perform at least 15% of the contract cost (excluding materials) with their own employees.
Key Dates & Actions
- Tentative Solicitation Issue: On or about April 13, 2026
- Tentative Pre-bid Conference/Site Visit: On or about April 27, 2026, 09:00 AM EST (registration and base access required)
- Tentative Bid Opening Date: On or about May 13, 2026
- SAM Registration: Required for all interested offerors. The solicitation and all associated documents will be available exclusively on SAM.gov under the "Contract Opportunities" section. Offerors are responsible for monitoring SAM.gov for amendments.
Market Research Context
A "Sources Sought Information Request Form" (W50S87-26-Q-5001) was previously issued to gather information from firms regarding their capabilities and socio-economic status for this "Construct Security Forces Building" project. This market research helped determine the availability of small businesses and informed the decision for the 100% Total Small Business Set-Aside.
Contact Information
For inquiries, contact Bryant K. Alexander (Primary) at Bryant.Alexander@us.af.mil or 704-391-4207, or Scott Thomas (Secondary) at Scott.Thomas.53@us.af.mil or 704-391-4209.