Virtual Industry Day - Aircraft Maintenance Hangar at CSL Comalapa, El Salvador
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) Mobile District is planning the construction of an Aircraft Maintenance Hangar at the Cooperative Security Location (CSL) Comalapa, El Salvador, under Solicitation W9127826RA009. A virtual industry day was held on April 10, 2026, to provide project details and guidance for potential bidders. This Special Notice highlights a significant construction opportunity (Product Service Code Y1BZ).
Project Scope
The project involves the construction of a single-bay, 2,800 square meter aircraft maintenance hangar designed to support C-130 or P-8 aircraft. The facility will include administrative space, material/tool storage, and an additional parking apron. Key construction elements encompass rigid pavement, water main relocation, sanitary sewer connection, fuel containment, a fire protection system, prefinished composite metal wall panels, a standing seam metal roof, and specific interior wall requirements.
Contract & Submission Details
- Contract Type: Construction (Solicitation W9127826RA009)
- Set-Aside: None specified (Industry Day announcement)
- Place of Performance: Comalapa, El Salvador
- Required Registrations: Contractors must obtain an NCAGE code, establish a SAM account (with a Unique Entity Identifier - UEI), and gain PIEE access to download the solicitation and submit proposals.
- Solicitation Access: The solicitation will be announced on SAM.gov, with all downloads and proposal submissions exclusively handled through PIEE.
- Questions: Inquiries (RFIs) must be submitted via the Bidder Inquiry Portal in ProjNet.
- Amendments: Any changes or amendments will be announced on SAM.gov and posted on PIEE.
Key Requirements & Evaluation
- Eligibility: Open to responsible, interested construction contractors. Firms involved in the solicitation's design preparation, or those suspended/debarred, are ineligible.
- Cybersecurity: CMMC Level 1 compliance is a mandatory requirement for this project.
- Bonding & Insurance: Bidders will be required to provide a Bid Guarantee, Performance Bond, and Defense Base Act (DBA) Insurance.
- Proposal Submission: Proposals must consist of two separate files (Phase I Proposal and Non-Priced Evaluation Factors), submitted in PDF format, and adhere to specified page limits. Deficient proposals may not be considered.
- Evaluation Factors: The award will be based on a Best Value determination, with Past Performance being the most important factor, followed by Technical Approach. Price will also be considered. The government reserves the right to award without discussions.
- Miscellaneous: Proposals must be in English and US Dollars, utilize metric units for construction data, comply with EM 385-1-1, address host nation tax compliance, and acknowledge all amendments. Provisions 52.229-11 and 52.229-12 regarding Tax on Foreign Procurements apply.
Contact Information
- Primary: Jillian Saffle, jillian.e.saffle@usace.army.mil, 251-441-5584
- Secondary: Paul Adamo, Paul.M.Adamo@usace.army.mil