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 W072 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 Aircraft Maintenance Hangar at Fort Campbell, KY. This market research aims to inform potential future set-asides, including for Small Businesses (HUBZone, 8A, Woman-Owned, Service-Disabled Veteran-Owned) and Large Businesses. The Government anticipates awarding a Single Award Task Order Contract (SATOC) for the design portion, with an estimated total capacity of $40 million. Responses are due by March 13, 2026, at 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, and flight operations
- Covered storage, a wash rack building, and wash aprons
- Supporting facilities: aircraft parking apron, site development, utilities, exterior lighting, paving, POV parking, walkways, storm drainage, landscaping, and signage.
- 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
- Opportunity Type: Sources Sought / Market Survey
- Anticipated Contract Type: Single Award Task Order Contract (SATOC) for design
- Anticipated Capacity: $40 million
- Set-Aside: Market research to determine potential set-asides (Small Business, HUBZone, 8A, WOSB, SDVOSB)
- Response Due: March 13, 2026, 4:00 PM Eastern Time
- Published: February 25, 2026
Response Requirements
Interested firms must submit their responses via email to Shanaye.S.Davis@usace.army.mil by the deadline. Responses are limited to 8 pages and must include:
- Company size status (Large, Small, HUBZone, 8A, Woman-Owned, Service-Disabled Veteran-Owned).
- Unique Entity Identifier (UEI) and CAGE Code(s).
- Descriptions of up to three (3) relevant design projects completed within the last five years, where the firm served as Designer of Record (DOR). Projects should be substantially complete (approx. 95%) and demonstrate similar scope (new construction of aircraft maintenance hangars) and size (minimum 100,000 sq ft of new construction).
- For each project, provide: current percentage of construction complete and completion date, scope, size, dollar values of design and construction contracts, contract type (DBB or DB), self-performed design aspects and dollar value as DOR, and design elements utilizing subcontractors.
This is a market survey for acquisition planning purposes only and does not constitute a solicitation.
Contact Information
- Primary Contact: Shanaye Davis (shanaye.s.davis@usace.army.mil)
- Secondary Contact: Megan Murphy (megan.r.murphy@usace.army.mil)