Ebbing RSAF F35B Vertical Landing Pad
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 US Army Corps of Engineers, Fort Worth District is conducting market research via a Sources Sought Notice for the Ebbing RSAF F35B Vertical Landing Pad project in Fort Smith, Arkansas. This effort seeks to identify qualified firms for a Firm Fixed-Price, Design-Bid-Build contract to construct an F-35B Vertical Landing Pad and Taxiway. The anticipated solicitation is for a Total Small Business Set-Aside. Responses are due April 30, 2026.
Scope of Work
The project involves constructing a single F-35B Vertical Landing Pad (VLP) to support STOVL aircraft. The pad will utilize a combination of advanced high temperature concrete (HTC) and standard runway grade concrete. Additionally, a taxiway connecting to existing runways will be constructed, and existing taxiways and shoulders will be improved. The project also includes the installation of lighting, striping, and drainage.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm Fixed-Price, Design-Bid-Build
- Estimated Value: Between $5,000,000 and $10,000,000
- Estimated Duration: 270 days
- NAICS Code: 237310 (Small Business Size Standard: $45,000,000)
- PSC: Y1BD (Construction of Airport Runways and Taxiways)
- Anticipated Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 30, 2026
- Anticipated Solicitation: October 2026
Information Requested
Firms are requested to provide:
- Company name, address, point of contact, phone number, Unique Entity Identifier, and email address.
- Confirmation of interest in bidding on the future solicitation.
- Business Size (LB, SB, 8(a), HUBZone, SDVOSB, or WOSB).
- Experience with high temperature concrete mix design and placement (IAW UFC 3-260-02).
- Experience with airport runway and taxiway projects (IAW UFC 3-260-01).
- Construction bonding capacity (per contract and aggregate).
Submission Requirements
Responses are limited to 5 pages and must be emailed to Markeith Berry (markeith.j.berry@usace.army.mil) and Christopher R. Preston II (christopher.r.preston@usace.army.mil) by the deadline. Email is the preferred submission method.