HAMAT Runway Improvements
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 (USACE) Middle East District (SWM) has issued a Sources Sought Notice for market research to identify experienced United States construction firms capable of performing Hamat Air Base Runway Improvements in Lebanon. This project involves constructing a full airfield runway, aircraft taxiway, and helicopter taxiway. Responses, in the form of a Capabilities Package, are due by March 13, 2026.
Project Scope
The project entails a Firm-Fixed-Price, Design-Bid-Build (D-B-B) contract for construction services. Key tasks include:
- Demolition: Existing runway, shoulders, overrun pavements, and a portion of the existing taxiway.
- Site Work: Grading for runway leveling and relocation of a sanitary sewer line.
- Paving & Finishing: Airfield pavement, saw-cutting, striping, tie-in to Taxiway Alpha, construction of new Taxiway Bravo, and stub-outs for future taxiways.
- Electrical: Installation of future electrical/communications conduits, taxiway and runway lighting, and lighted guidance/distance signs. An Option CLIN includes an additional taxiway, shoulders, HMA markings, and associated earthwork, grading, cut, fill, and compaction. The contractor must adhere to local and U.S. building codes, international safety standards, and conduct pre-construction site investigations.
Contract Details & Timeline
- Opportunity Type: Sources Sought (Market Research Only)
- Contract Type: Anticipated Firm-Fixed-Price, Design-Bid-Build (D-B-B)
- Project Magnitude: $10,000,000 - $25,000,000
- Period of Performance: 640 calendar days from Notice to Proceed (NTP)
- Eligibility: Only United States firms are eligible due to Foreign Military Financing funds, unless an Offshore Procurement (OSP) determination is later obtained.
- Set-Aside: None specified (market research stage)
- Response Due: March 13, 2026, 7:00 PM GMT
- Published Date: February 18, 2026
Submission Requirements
Interested prime contractors must submit a Capabilities Package to Ms. Millicent Kaczmarzewski (millicent.kaczmarzewski@usace.army.mil) and Mr. Christopher L. Hunt (christopher.hunt@usace.army.mil). The email subject line must be: Market Research for W912ER26RA017 - [Your Company Name].
The Capabilities Package, detailed in the attached document "A.02 Capabilities Statement, HAMAT.docx," requires information on:
- General business details (CAGE, NAICS, POC, business size/type).
- Proposed teaming arrangement (sole, prime/sub, JV).
- Capability assessment: bonding capacity, experience in Lebanon, permits, SAM registration, specific construction project types (demolition, grading, paving, lighting), ability to perform 15% of cost, subcontracting percentage, remote location experience, USACE project experience, and Defense Base Act (DBA) insurance.
Important Notes
This is solely for market research; it is not a Request for Proposal. The Government is not obligated to pay for information received and reserves the right to change its acquisition strategy. No debriefs will be provided.