FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
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 U.S. Army Corps of Engineers, Honolulu District plans to issue a solicitation for the Design-Bid-Build construction of the FY25 MCA PN76898 Aircraft Maintenance Hangar at Wheeler Army Airfield, Oahu, Hawaii. This unrestricted procurement, estimated between $100,000,000 and $250,000,000, will result in a firm-fixed-price contract awarded using Best Value Trade Off (BVTO) procedures. The project is critical for supporting Combat Aviation Brigade operations and addressing airfield readiness.
Scope of Work
This project requires the construction of a medium standard design Aircraft Maintenance Hangar. The comprehensive scope includes:
- Aircraft hangar, associated maintenance shops, shop administration area, and maintenance support area.
- Tech Supply and Parts Storage, Aviation Life Support Equipment (ALSE) shop, and Maintenance Company Headquarters.
- Specialized buildings for hazardous material storage and Petroleum, Oils, and Lubricants (POL) Storage.
- Covered storage for Ground Support Equipment (GSE) and Associated Support Items of Equipment (ASIOE).
- Hangar access apron and aircraft washing apron.
- Integration of cyber security, information systems, fire protection and alarm systems, Closed Circuit Television (CCTV), Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection.
- Extensive supporting facilities such as site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, landscaping, and signage. The design adheres to current National Fire Protection Association (NFPA), International Building Code (IBC), National Electric Code (NEC) codes, as well as applicable Unified Facilities Criteria (UFC) and the Army Standard Design for an aircraft maintenance hangar. This initiative aims to enhance airfield readiness by replacing outdated facilities and supporting Future Vertical Life (FVL) aircraft.
Contract & Timeline
- Type: Firm-Fixed-Price Design-Bid-Build Construction Contract (Pre-Solicitation)
- Set-Aside: Unrestricted
- NAICS: 236220 (Commercial and Institutional Building Construction)
- Small Business Size Standard: $45,000,000 annual average revenue
- Project Magnitude: $100,000,000 to $250,000,000
- Period of Performance: 1,186 calendar days (Base + Options)
- Published: October 31, 2025
- Response Date: To be determined (for future solicitation)
Evaluation
Award will be based on Best Value Trade Off (BVTO) procedures, considering the following criteria:
- Past Performance
- Technical Approach
- Small Business Participation
- Price
Additional Notes
This is a pre-solicitation notice. Interested offerors must register as a Vendor in Procurement Integrated Enterprise Environment (PIEE) to participate in the upcoming solicitation. An organized site visit will be conducted at a date and time to be determined; offerors should monitor SAM.gov for updates. FAR Subpart 22.5 regarding Project Labor Agreements (FAR Provision 52.222-33 and FAR Clause 52.222-34) will apply. All offerors must have and maintain an active registration with SAM.gov.