Fort Campbell - Aircraft Maintenance Hangar
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, through ENDIST LOUISVILLE, is conducting a Sources Sought / Market Survey to identify interested and capable firms for Architect-Engineer (A-E) services for the design of a new 150,000 SF Aircraft Maintenance Hangar at Fort Campbell, KY. This market research aims to determine the availability of qualified Small Businesses (including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran-Owned) as well as Large Businesses to inform potential future set-asides. Responses are due by March 13, 2026, 4:00 PM Eastern Time.
Scope of Work
The project requires A-E services for the design of a 150,000 SF Modified Standard Design Medium TOE-RW Aircraft Maintenance Hangar. The facility will encompass integrated aviation maintenance operations, maintenance support, company operations, flight planning, flight operations, covered storage, a wash rack building, and wash aprons. Supporting facilities include an aircraft parking apron, site development, utilities, exterior lighting, paving, POV parking, walkways, storm drainage, landscaping, and signage. The scope also includes comprehensive building and furnishings related to interior design services. All designs must comply with applicable UFCs and standard designs. The NAICS code for this effort is 541330 - Engineering Services.
Contract & Timeline
- Type: Sources Sought / Market Survey (for a future Design-Bid-Build project)
- Anticipated Contract Mechanism: Single Award Task Order Contract (SATOC) for the design portion
- Anticipated Total Capacity: $40 million
- Set-Aside: Market research to determine potential set-asides for Small Businesses (HUBZone, 8A, WOSB, SDVOSB)
- Response Due: March 13, 2026, 4:00 PM Eastern Time
- Published Date: February 27, 2026
Response Requirements
Interested firms must respond via email to Shanaye.S.Davis@usace.army.mil by the deadline. Responses must include:
- Company size status (Large Business, Small Business, HUBZone, 8A, Woman-Owned Small Business, Service-Disabled Veteran Owned Business) and verification.
- Contractor's Unique Entity Identifier (UEI) and CAGE Code(s).
- Descriptions of Experience (maximum 3 projects, 8-page limit for total submittal):
- Projects must be substantially complete (approx. 95%) within the past five years.
- Firm must have served as the Designer of Record (DOR).
- Projects should be similar in scope (new construction of aircraft maintenance hangars) and size (minimum 100,000 sq ft).
- For each project, provide: project name, title, role, reference contact, current percentage of construction completion and date, project scope, project size, dollar values of design and construction contracts (specifying DBB or DB), dollar value and aspects of design self-performed as DOR, and design elements utilizing subcontractors.
Important Notes
This is NOT a Request for Proposal (RFP) and does not commit the government to any contract. Responses are for acquisition planning purposes only. All contractors must be registered in SAM.gov prior to any potential award, which requires a Unique Entity Identifier and a notarized letter for Entity Administrator appointment.