Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
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 Department of the Army, New York District (USACE) is soliciting proposals for the Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade at Fort Drum, NY. This project involves a major airfield lighting infrastructure upgrade and runway repaving, with an estimated value between $25,000,000 and $100,000,000. The solicitation is Unrestricted with a HubZone Price Evaluation Preference. Proposals are due February 4, 2026, at 2:00 PM EST.
Scope of Work
The project entails a comprehensive upgrade of the airfield lighting infrastructure and repaving a section of the main runway at Wheeler Sack Army Airfield. Key components include the construction of a new airfield lighting vault, installation of runway lighting fixtures, electrical infrastructure, concrete duct bank, utilities, HVAC systems, airfield paving, runway lighting and controls, site excavation, and restoration. The work must be phased to ensure continuous mission operations, requiring a strong site superintendent. Brand-name Monaco Fire Alarm and Trane Tracer Ensemble systems are specified for compatibility with existing Fort Drum infrastructure.
Contract Details
- Contract Type: Firm Fixed-Price
- Estimated Value: $25,000,000 - $100,000,000
- NAICS Code: 237310 (Highway, Street and Bridge Construction), Size Standard $45,000,000
- Product Service Code: Y1BD (Construction Of Airport Runways And Taxiways)
- Period of Performance: 760 calendar days after Notice to Proceed.
- Set-Aside: Unrestricted, with HubZone Price Evaluation Preference.
- Project Labor Agreement (PLA): Required per Executive Order 14063 and FAR provisions; must be submitted by the apparent successful offeror prior to contract award.
Evaluation Factors
This is a Best Value Trade Off procurement, where non-price factors are approximately equal in importance to price. Evaluation factors include:
- Performance Capability: Past Performance (within the last seven years, specifically for airfield paving and lighting projects), Proposed Contract Duration, Phasing & Summary Schedule, and Organization Approach.
- Small Business: Small Business Participation Plan and Past Utilization of Small Business.
- Price: Standard Form 1442, Contract Line Item Schedule, Bid Guarantee, and Self-Performed Work.
Submission & Key Dates
- Proposal Due Date: February 4, 2026, at 2:00 PM EST.
- Submission Method: Electronic proposals in Adobe PDF format, submitted via email. The maximum file size per email is 25MB.
- Industry Input Request: Feedback on Phasing and Schedule Market Research is requested by January 2, 2026, 2:00 PM EST.
Additional Notes
Offerors must acknowledge all amendments. The project requires a transition from the Resident Management System (RMS) to the Construction Management Platform (CMP) without additional time or cost. A standalone Wi-Fi network for authorized Government personnel is also required. Joint ventures must submit specific documentation.