Presolicitation - Hangar/Aircraft Maintenance Unit at Davis-Monthan Air Force Base, Arizona
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 (W075 ENDIST LOS ANGELES) is issuing a Presolicitation for the construction of a Hangar/Aircraft Maintenance Unit at Davis-Monthan Air Force Base, Arizona. This project involves constructing a two-bay aircraft hangar and associated facilities, with an estimated value between $75,000,000.00 and $125,000,000.00. The procurement is Full and Open Competition, not set-aside for small businesses. The government intends to award a Firm-Fixed-Price Design-Bid-Build (DBB) contract.
Scope of Work
The project entails constructing a two-bay aircraft hangar with a concrete foundation, steel high bay, standing seam metal roof, cranes, motorized hangar doors, and fire suppression systems. It will include all necessary spaces for an aircraft maintenance unit, such as administrative areas, tool rooms, supply/bench stock, storage, shop areas, and locker rooms. A fleet service terminal for transient alert function will also be included. The project also covers overhead covered storage for mobility barn and maintenance squadron, and airfield pavements for hangar access, including clearing, excavation, base material, concrete pavement, asphalt shoulders, markings, storm water retention, and lighting. A 500kW generator will support the maintenance operations center. The project requires the demolition of Buildings 4809 (4,523 SM) and 4826 (209 SM) and includes all supporting utilities, communications, parking, sidewalks, passive force protection, and site improvements. Facilities must be designed as permanent construction per DoD Unified Facilities Criteria 1-200-01 and comply with antiterrorism/force protection requirements (UFC 4-010-01), including a 120-ton AC unit.
Contract & Timeline
- Type: Firm-Fixed-Price Design-Bid-Build (DBB) construction contract
- Estimated Value: $75,000,000.00 to $125,000,000.00
- Performance Period: 730 calendar days after Notice to Proceed (NTP)
- Set-Aside: Full and Open Competition (Not set-aside for small business)
- Evaluation Method: Negotiated procurement using the Best Value Trade-Off process.
- Presolicitation Published: April 16, 2026
- Anticipated Solicitation Response Date: April 25, 2026 (Note: This is a presolicitation, the actual solicitation will be issued later via PIEE).
Additional Notes
This procurement requires the use of a specific brand name. Subcontracting plans are mandatory for large businesses if the award exceeds $2,000,000.00. Offerors must have an active SAM registration at the time of proposal submission and award; Joint Ventures must also be registered. The solicitation, when issued, will be available through the PIEE Solicitation Module (https://piee.eb.mil/). Instructions for posting offers and web-based training are available via PIEE. Site visit information will be provided, subject to change, and offerors must review the final solicitation. The Government is not responsible for internet connectivity issues and reserves the right to delay, cancel, or revise the project at any time.