Maine Air National Guard Fuel Cell Hangar Construction

SOL #: W50S8326BA001Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7NC USPFO ACTIVITY MEANG 101
BANGOR, ME, 04401-8005, United States

Place of Performance

ME

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Oct 24, 2025
2
Last Updated
Jan 13, 2026

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 Maine Air National Guard intends to issue an Invitation for Bids (IFB) for the Construction of a Fuels Systems Maintenance Hangar with Corrosion Control and other Maintenance functions at Bangor Air National Guard Base, Maine. This is a 100% Total Small Business Set-Aside with a project magnitude between $25,000,000 and $100,000,000.

Scope of Work

The awarded contractor will provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the construction of the Fuels Systems Maintenance Hangar. The facility will utilize conventional design and construction methods to accommodate the mission of the Bangor Air National Guard Base. An optional line item (CLIN 0006) includes the construction of a satellite parking area.

Contract Details

  • Type: Firm Fixed-Price (IFB)
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 236220 - Commercial and Institutional Building Construction (Size Standard: $45,000,000)
  • Magnitude: $25,000,000 to $100,000,000
  • Duration: 672 calendar days after notice to proceed
  • Limitations on Subcontracting: FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008) applies, limiting payments to non-similarly situated subcontractors to 85% of the contract amount (excluding materials).

Key Dates & Actions

  • Solicitation Release (Tentative): On or about February 23, 2026
  • Pre-Bid Conference (Tentative): On or about March 3, 2026, 1000Hrs local time (location to be provided in the solicitation). A site visit will follow.
  • Questions for Pre-Bid Conference Due: March 10, 2026 (via email to 101.MSG.MSC.Contracting@us.af.mil)
  • Bid Opening Date (Tentative): On or about March 25, 2026
  • Published Date: January 13, 2026
  • Action: Interested offerors must be registered in SAM.gov. The solicitation and any amendments will be available exclusively on SAM.gov.

Additional Information

The solicitation will include brand-name specific items for compatibility with existing systems, such as Armstrong ceiling tiles, BACnet or Niagara HVAC controls, Sargent locks, Dur-A-Flex/Dur-A-Chip/Dur-A-Crete flooring, Power Master Products gate operators, Monaco fire alarm panels, York/McQuay/Carrier HVAC units, Daikin/Fujitsu/Mitsubishi split AC systems, Sherwin Williams paint, and FORBO vinyl tiles. Justifications for these items will be included in the solicitation.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Pre-Solicitation
Posted: Jan 13, 2026
View
Version 2
Pre-Solicitation
Posted: Nov 20, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Oct 24, 2025