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 (USACE Louisville District) is conducting a market survey to identify qualified firms for the design of a new Aircraft Maintenance Hangar at Fort Campbell, KY. This Sources Sought notice aims to inform potential future set-asides by assessing the availability of Small Businesses (including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran-Owned) and Large Businesses. The design portion is anticipated to be awarded as a Single Award Task Order Contract (SATOC) with a total capacity of $40 million. Responses are due by March 13, 2026, 4:00 PM Eastern Time.
Scope of Work
The project requires Architect-Engineer (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. Comprehensive building and furnishings related to interior design services are also required. All designs must comply with applicable UFCs and standard designs. The NAICS code is 541330 - Engineering Services.
Contract & Timeline
- Type: Sources Sought (for a future Design-Bid-Build project)
- Anticipated Contract Mechanism: Single Award Task Order Contract (SATOC) for design
- Anticipated Total Capacity: $40,000,000
- Set-Aside: None specified at this stage; market research to inform future set-asides.
- Response Due: March 13, 2026, 4:00 PM Eastern Time
- Published: February 26, 2026
Response Requirements
Interested firms must email responses to Shanaye.S.Davis@usace.army.mil by the deadline. Submissions must include:
- Company size status (Large, Small, HUBZone, 8A, Woman-Owned, Service-Disabled Veteran-Owned) with verification.
- Contractor's Unique Entity Identifier (UEI) and CAGE Code(s).
- Descriptions of up to three (3) relevant projects (max 8-page limit for total submittal) where the firm served as the Designer of Record (DOR). Projects must be substantially complete (approx. 95%) within the past five years, similar in scope (new construction of aircraft maintenance hangars), and size (minimum 100,000 sq ft). For each project, provide completion percentage/date, scope, size, dollar values of design/construction contracts (specifying DBB or DB), self-performed design aspects/value as DOR, and design elements utilizing subcontractors.
Important Notes
This is a market survey for acquisition planning only and 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 a notarized letter for Entity Administrator appointment.