Pre-Solicitation Notice W9128F26RA006 SAOC 35%-RTA
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, U.S. Army Corps of Engineers (USACE) Omaha District, is seeking Architect-Engineer (A-E) services for the 35% to Ready-to-Advertise (RTA) design of the Survivable Airborne Operations Center (SAOC) 2-Bay Maintenance Hangar at Offutt Air Force Base, Nebraska. This is an Unrestricted opportunity for a Firm Fixed Price (FFP) contract. SF330 submissions are due by January 30, 2026, at 2:00 p.m. Central time.
Scope of Work
The project involves the design of a 280,200 SF 2-bay maintenance hangar capable of accommodating two Boeing 747-8i aircraft. Key components include an Aircraft Maintenance Unit (AMU), 8,000 SF of consolidated tool kit (CTK) space, and 8,000 SF of contractor logistics support (CLS) supply space. The design encompasses concrete foundation, steel high bay, metal roof, dual bridge crane, motorized hangar doors, fire alarm and suppression systems, and various support areas (administrative, tool room, supply, shop, locker, break, secure space). Infrastructure requirements include utilities, pavements, site improvements, communications, airfield pavement access, storm water retention, storm drainage, and lighting. The facility must address a high water table and incorporate appropriate cybersecurity measures for control systems. Designs must comply with DoD Unified Facilities Criteria (UFC) 1-200-01 and antiterrorism/force protection requirements per UFC 4-010-01. Cost estimates will utilize MCACES – Second Generation (MII), and specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications. Advanced Modeling (BIM, CIM, GIS, CAD) is required.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: 6 years (2-year base for design, 4-year option for Construction Phase Services (CPS))
- Estimated Construction Cost: Greater than $500,000,000
- Anticipated Award: June/July 2026
- Set-Aside: Unrestricted
- NAICS Code: 541330 (Architectural, Engineering, and Related Services) with a size standard of $25,500,000 in annual receipts.
Submission & Evaluation
- Submission Format: SF330 (Architect-Engineer Qualifications)
- Submission Deadline: January 30, 2026, 2:00 p.m. Central time
- Submission Method: Electronically via email or DoD SAFE Access File Exchange (SAFE)
- Evaluation Criteria (Primary): Specialized Experience and Technical Competence, Professional Qualifications, Past Performance, Knowledge of Locality, Capacity.
- Evaluation Criteria (Secondary - Tiebreaker): Small Business Participation, Geographic Proximity, Volume of DoD A-E Contract Awards.
Eligibility & Notes
Firms must be registered in the System for Award Management (SAM) and complete a VETS-1442 report. Large businesses must comply with FAR clause 52.219-9, Small Business Subcontracting Plan (required with price proposal). A conceptual 35% design, developed under a separate contract, will be provided. Inquiries must be submitted through the ProjNet Bidder Inquiry System, which will close 10 calendar days prior to the SF330 due date (currently 1400 CT 20 Jan 26). Design review comments and responses will also be managed via ProjNet/DrChecks.
Contact Information
- Primary: Margarette Wolfe (margarette.e.wolfe@usace.army.mil)
- Secondary: Jessica Jackson (jessica.r.jackson@usace.army.mil)