Notice of Intent Brand Name for Hangar/Aircraft Maintenance Unit
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), Los Angeles District (SPL) is conducting market research for a potential Design-Build (DB) Single Award Task Order Contract (SATOC) for Department of Veterans Affairs (VA) facilities in Arizona. This opportunity, valued between $50M-$99M for FY27-FY31, seeks to identify capable businesses, including small businesses, with relevant experience. Responses are due by February 13, 2026.
Scope of Work
The potential SATOC will cover various construction and renovation projects at VA campuses across Arizona, with a significant portion anticipated at the Tucson VA campus. Additional work may occur at VA locations in Prescott, Flagstaff, and Phoenix. Potential task orders include:
- Building renovation
- Electrical system upgrades
- HVAC and heating system installations/repairs
- Fencing and access gates
- Roofing projects
- Chillers and cooling towers
Contract & Timeline
- Type: Sources Sought / Market Research for a potential Single Award Task Order Contract (SATOC). This is not a solicitation or request for proposals.
- Duration: Anticipated Fiscal Years 2027-2031.
- Price Range: $50,000,000 - $99,000,000.
- Set-Aside: Not specified; seeking all capable businesses, including small businesses.
- Response Due: February 13, 2026, 08:00 AM PST (based on LA District).
- Published: January 8, 2026.
Submission Requirements
Interested firms must submit a capabilities statement, limited to 6 pages (plus CPARS/ratings info), via email to kinya.r.minami@usace.army.mil. Submissions must be in PDF format and address the following:
- Offeror's name, address, point of contact, Unique Entity ID (UEI), phone, and email.
- Past performance/experience: Up to three completed projects (minimum $4M each, within the last 6 years) of similar scope and magnitude, especially VA examples or within SPL's footprint.
- Detailed past performance information: Project Title/Location, General Description, Scopes Self-Performed vs Subcontracted, Contract Dollar Value, Percentage Self-Performed vs Subcontracted, Agency/Government Entity with contact information.
- Examples specifically related to medical facility work (building renovation, electrical, HVAC, fencing, roofing, chillers/cooling towers).
- CPARS customer satisfaction information or other ratings.
- Business type and size (e.g., small business, SDB/8(a), WOSB, HUBZone, SDVOSB, or other than small business).
- Joint venture information, if applicable (including SBA approval letters, mentoring agreements, and JV agreements). Firms must be registered in the System for Award Management (SAM).
Additional Information
A Business Opportunity Open House (BOOH) will be held in Phoenix, AZ on March 18. Registration details are available in SAM under "FY26SPLBOOH". This notice is for market research only and does not constitute a commitment by the Government.