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 is conducting a Sources Sought / Market Survey to identify qualified Architect-Engineer (A-E) firms 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 small businesses (including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran-Owned Small Businesses) and large businesses to inform potential future set-asides. The government anticipates awarding a Single Award Task Order Contract (SATOC) for the design portion of this Design-Bid-Build (DBB) project, with an estimated total capacity of $40 million.
Project Scope
The project requires A-E services for the design of a 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 with connection to the existing Destiny Ramp, site development, utilities, exterior lighting, paving, POV parking, walkways, storm drainage, landscaping, and signage. Comprehensive building and furnishings related to interior design services are also required. All designs must comply with applicable UFCs and standard designs.
Response Requirements
Interested firms must submit responses via email to Shanaye.S.Davis@usace.army.mil by March 13, 2026, at 4:00 PM Eastern Time. The submittal package is limited to 8 pages and must include:
- Company size status (Large, Small, HUBZone, 8A, Woman-Owned, Service-Disabled Veteran-Owned) with verification.
- Contractor's Unique Entity Identifier and CAGE Code(s).
- Descriptions of up to three (3) relevant design projects, substantially complete (approx. 95%) within the past five years, where the firm served as the Designer of Record (DOR). Projects should be similar in scope (new aircraft maintenance hangars) and size (minimum 100,000 sq ft). For each project, provide details on completion percentage and date, scope, 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 a Sources Sought notice for acquisition planning purposes only and is not a Request for Proposal (RFP). It does not commit the government to any contract. All contractors must be registered in SAM.gov prior to award, which requires a Unique Entity Identifier and may take 24-48 hours, including a notarized letter for Entity Administrator appointment.