Draft RFP for Industry Comments - 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, U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for the construction of a two-bay aircraft hangar and aircraft maintenance unit at Davis-Monthan Air Force Base, Arizona. This is a Firm-Fixed-Price Design-Bid-Build (DBB) contract with an estimated value between $75,000,000.00 and $125,000,000.00. Proposals are due June 9, 2026.
Scope of Work
The project involves 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. The facility will include all necessary spaces for an aircraft maintenance unit, such as administrative areas, tool room, supply/bench stock, storage, shop areas, and locker rooms. It will also incorporate a fleet service terminal, overhead covered storage, and airfield pavements for hangar access. A 500kW generator will support maintenance operations. The project includes the demolition of Building 4809 (4,523 SM) and Building 4826 (209 SM), along with all supporting utilities, communications, parking, sidewalks, and passive force protection measures. Facilities must comply with DoD Unified Facilities Criteria and antiterrorism/force protection requirements. The performance period is 730 calendar days after receipt of Notice to Proceed.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Design-Bid-Build (DBB)
- Estimated Value: $75,000,000.00 to $125,000,000.00
- Set-Aside: Full and Open Competition (Not set-aside for small business)
- NAICS Code: 236220 Commercial and Institutional Building Construction (Small Business Size Standard: $45,000,000.00)
- Product Service Code (PSC): Y1JZ Construction of Miscellaneous Buildings
- Performance Period: 730 calendar days
- Proposal Due: June 9, 2026, 21:00 UTC
- Published Date: April 28, 2026, 23:29:38 UTC
Evaluation
Award will be a negotiated procurement using the Best Value Trade-Off process, requiring both technical and price proposals. Subcontracting plans are mandatory for large businesses when the award exceeds $2,000,000.00.
Additional Notes
- Project Labor Agreement (PLA): Required for this large-scale construction project (>$35M) per Executive Order 14063. Offerors must submit a complete, signed PLA with their offer.
- Solicitation Access: Plans and specifications will be available via the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at
https://piee.eb.mil/. Instructions for posting offers and web-based training are provided. - SAM Registration: Offerors, including Joint Ventures, must have an active SAM registration at the time of proposal submission and award to access solicitation documents and submit proposals. Register at
https://sam.gov/. - Contact: Primary point of contact is Tiffany Chang at
tiffany.chang@usace.army.milor213-452-2220.