Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY

SOL #: W912DS25RA003Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW YORK
NEW YORK, NY, 10278-0004, United States

Place of Performance

Fort Drum, NY

NAICS

Highway (237310)

PSC

Construction Of Airport Runways And Taxiways (Y1BD)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 16, 2025
2
Last Updated
Apr 28, 2026
3
Submission Deadline
Oct 27, 2025, 6:00 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, New York District, is soliciting proposals for the Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade at Fort Drum, NY. This project involves a major lighting infrastructure upgrade, runway repaving, and construction of a new Airfield Lighting Vault. The estimated value is between $25,000,000 and $100,000,000. Proposals are due May 15, 2026, at 2:00 PM EST.

Scope of Work

This construction project entails a comprehensive upgrade of the airfield lighting infrastructure at Wheeler Sack Army Airfield. Key elements include:

  • Lighting Systems: Replacement of deteriorated runway (03-21), runway end, approach (03-21 and 15-33), and North Ramp lighting.
  • Infrastructure: Construction of a new Airfield Lighting Vault (AFLV) to replace Building 2067, including utilities and HVAC.
  • Pavement: Full-depth reconstruction of Runway 03-21 shoulder pavement and the southern 1,400 feet of the runway.
  • Controls & Electrical: Replacement of visual NAVAID infrastructure, airfield signage, and lighting controls in the Air Traffic Control Tower (ATCT), Base Operations, and AFLV. Installation of an Airfield Lighting Control and Monitoring System (ALCMS), a 1,000 kW emergency generator, transformers, switchgear, and distribution systems. Implementation of BACnet-based Direct Digital Control (DDC) and a Utility Monitoring and Control System (UMCS).
  • Ancillary Work: Electrical infrastructure, concrete duct bank, site excavation, and restoration.
  • Brand-Name Systems: Requires integration of Monaco Fire Alarm and Trane Tracer Ensemble systems for compatibility with existing Fort Drum infrastructure.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP)
  • NAICS Code: 237310 (Highway, Street and Bridge Construction)
  • Product Service Code: Y1BD (Construction Of Airport Runways And Taxiways)
  • Magnitude: Estimated between $25,000,000 and $100,000,000
  • Period of Performance: 760 calendar days after Notice to Proceed (NTP).
  • Set-Aside: Unrestricted, with a HubZone Price Evaluation Preference.
  • Project Labor Agreement (PLA): Mandatory, subject to Executive Order 14063.

Key Requirements & Special Conditions

The project requires phased execution to ensure continuous mission operations at the airfield. A strong site superintendent is essential. Specific requirements include:

  • Operational Airfield: Work must be coordinated to minimize interference with ongoing airfield operations, requiring 15-day notice for pavement or utility interruptions.
  • Safety & Security: Airfield Ground Safety and Driver training, constant radio contact with the Control Tower, site-specific security badges, and vehicle registration are mandatory. Cybersecurity compliance is required for all facility-related control systems.
  • Environmental Compliance: Strict adherence to the Stormwater Pollution Prevention Plan (SWPPP), Endangered Species Act (bats), and PFAS contamination handling protocols. Authorization for disturbing over 5 acres is required.
  • Seismic Protection: All mechanical and electrical equipment must include seismic protection and bracing (Seismic Design Category C).
  • Warranties: Includes 20-year manufacturer warranties for roof/wall panels, 5-year installer warranties, 5-year for lighting controls, and 2-year for interior signage.

Submission & Evaluation

  • Submission Method: Proposals must be submitted electronically via email in Adobe PDF format. The maximum file size per email is 25MB. Offerors must use the revised Standard Forms (SF24, SF25, and SF25A) for bonds.
  • Evaluation: Award will be based on a Best Value Trade Off approach. Non-price factors (Past Performance, Proposed Contract Duration/Phasing/Schedule, Organization Approach, Small Business Participation Plan, Past Utilization of Small Business) are considered approximately equal in importance to Price.
  • Questions: Written questions must be received no later than 7 calendar days prior to the date set for receipt of offers.

Key Dates & Contacts

  • Proposal Due Date: May 15, 2026, at 2:00 PM EST.
  • Submission Contact: Mr. Mohenda Surage (Contract Specialist).
  • Primary Contact: Jordan Moran (jordan.k.moran@usace.army.mil, 917-790-8121).

People

Points of Contact

Nicholas P. EmanuelSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 14
Solicitation
Posted: Apr 28, 2026
View
Version 13
Solicitation
Posted: Apr 16, 2026
View
Version 12
Solicitation
Posted: Feb 3, 2026
View
Version 11
Solicitation
Posted: Dec 22, 2025
View
Version 10
Solicitation
Posted: Dec 9, 2025
View
Version 9
Solicitation
Posted: Nov 17, 2025
View
Version 8
Solicitation
Posted: Nov 14, 2025
View
Version 7
Solicitation
Posted: Oct 29, 2025
View
Version 6
Solicitation
Posted: Oct 23, 2025
View
Version 5
Solicitation
Posted: Oct 15, 2025
View
Version 4
Solicitation
Posted: Sep 29, 2025
View
Version 3
Solicitation
Posted: Sep 25, 2025
View
Version 2Viewing
Solicitation
Posted: Sep 18, 2025
Version 1
Solicitation
Posted: Sep 16, 2025
View