Aircraft Arresting System (AAS) and Re-Striping Homestead, ARB

SOL #: W912QR25RA054Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST LOUISVILLE
LOUISVILLE, KY, 40202-2230, United States

Place of Performance

FL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Other Non Building Facilities (Z2PZ)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 14, 2026
2
Response Deadline
Apr 29, 2026, 5:00 PM

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 U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Firm-Fixed-Price (FFP) contract for the Repair of an Aircraft Arresting System (AAS) and Re-Striping project at Homestead Air Reserve Base (ARB), FL. This is a Full-and-Open, Unrestricted procurement with a HUBZone Price Evaluation Preference. The solicitation is anticipated to be released on or about May 18, 2026.

Scope of Work

This project involves a comprehensive 10-year overhaul of the existing BAK-12 AAS, including replacing deteriorated BAK-12 shelters with new frangible ones, replacing tape tubes, and retrofitting BAK-14s with BAK-14Ms. It also includes paving the road surface from the taxiway to the BAK-12 shelters, replacing E-5 cables with MB100.10.C bidirectional textile brake and hook cable arresting systems, and placing concrete tape sweeps and bypass roads. Additionally, the project requires restriping the runway to its current markings after both thresholds have been relocated and returned to normal. All work must conform to AFI32-1043 and applicable Technical Orders. The contractor will be responsible for phasing the work in coordination with the Airfield Manager.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP)
  • NAICS: 236220 (Commercial and Institutional Building Construction) with a $45M size standard
  • Magnitude: $5,000,000 and $10,000,000
  • Duration: Estimated 480 calendar days from Administrative Notice to Proceed
  • Set-Aside: Full-and-Open, Unrestricted with HUBZone Price Evaluation Preference
  • Anticipated Solicitation Release: On or about May 18, 2026
  • Published: April 14, 2026

Evaluation

This is a single phase, Design/Bid/Build procurement. Proposals will be evaluated using a Best Value Trade Off source selection process. Evaluation factors include Prime Contractor Past Performance, Technical Factor(s) (e.g., management plan), Price, and Pro Forma Information (e.g., bonding and financial capability). All evaluation factors, other than price, when combined, are considered approximately equal to cost or price. The Government intends to award without discussions but reserves the right to conduct them.

Additional Notes

Offerors must have and maintain an active registration in the System for Award Management (SAM) at www.SAM.gov. Details regarding optional site visits will be included in the solicitation. The official solicitation (W912QR26RA050) will be available free of charge on www.SAM.gov. This notice updates a previous announcement.

People

Points of Contact

Lindsay LawrencePRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Apr 14, 2026
Aircraft Arresting System (AAS) and Re-Striping Homestead, ARB | GovScope