WPAFB 3rd Air Stream/ B18
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 US Army Corps of Engineers (USACE), Louisville District, is conducting market research for a Sources Sought opportunity to identify qualified firms for the construction of a new industrial compressed air plant at Wright-Patterson AFB, OH. This effort aims to determine potential small business participation. Responses are due October 31, 2026.
Scope of Work
The project involves the construction of a new, fully functional, industrial compressed air plant within the controlled access B18 Complex at Wright-Patterson AFB. Key components include:
- Installation of two centrifugal air compressors (4,000 HP).
- Installation of two industrial, natural gas-fired air heaters (18.1 MM BTU/hr / 55 MM BTU/hr).
- Installation of insulated specialty steel distribution piping (schedule 80-120), valves, and all associated controls and monitoring devices.
- Integration of the new system with the existing control system.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage). The requirement may be set-aside for small business (including HUBZone, 8A, Woman-Owned, Service-Disabled Veteran-Owned) or procured through full and open competition, based on responses.
- Response Due: October 31, 2026, 5:00 PM ET
- Published: October 17, 2025
Response Requirements
Interested parties must review the Market Survey Document (in attachments) and complete the required Market Survey Response Form (in links). Submissions should include:
- Company small business status (e.g., HUBZone, 8A, Woman-Owned, Service-Disabled Veteran-Owned).
- Unique Entity Identifier (UEI) and CAGE Code.
- Bonding limits.
- Detailed past performance information on similar projects. SAM.gov registration is emphasized. Incomplete answers or information outside the scope may affect the Government's set-aside determination.
Additional Notes
This is a Request for Information (RFI) for planning purposes only and does not constitute a solicitation or commitment to award a contract. No funds are available for response preparation. The Government will use feedback to determine if a small business set-aside is appropriate. Not responding does not preclude participation in any future solicitation.