Hangar/Aircraft Maintenance Unit at Davis-Monthan Air Force Base, Arizona

Project ID: W912PL26RA001 FederalOpportunitiesSolicitation
Overview
AgencyUSACE Los Angeles District
Deadline06/09/26
Posted04/29/26
Estimated Value$75,000,000 - $125,000,000 (value based on agency estimated range)
Set AsideNone
NAICS236220 - Commercial and Institutional Building Construction
PSCY1JZ - Construction Of Miscellaneous Buildings
LocationDavis-Monthan Air Force Base, Arizona Tucson, AZ 85707 USA
Description
Primary Latest Change

Summary

Posted: March 20, 2026, 5:55 p.m. EDT

Draft Solicitation for Comments

W912PL26RA001 The U.S. Army Corps of Engineers (USACE), Los Angeles District, is releasing a DRAFT Request for Proposals (RFP) and supporting attachments solely to obtain industry review and comment prior to issuing a final RFP for the Design-Bid-Build (DBB) construction of Hangar/Aircraft Maintenance Unit at Davis-Monthan Air Force Base, Arizona. Submittals will not be returned. This is not a request for quotes, proposals, or offers; no award will be made from this notice. This notice does not constitute any commitment by the Government. The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction. The estimated magnitude of this project is between $50M - $150M. The estimated period of performance is 730 calendar days from Notice to Proceed (NTP).Instructions: U.S. Army Corps of Engineers (USACE) Los Angeles District is issuing this as a DRAFT Request for Proposals and requesting comments from industry. See attached DRAFT RFP Questions to Industry. Please use the subject line: Comments on Draft RFP for Hangar/Aircraft Maintenance Unit. Please submit feedback via email no later than 27 March 2026 to Tiffany Chang at Tiffany.Chang@usace.army.mil and Christina M. Chavez at Christina.Chavez@usace.army.mil. The Government will not provide individual responses to questions but will consider all feedback in the development of the final solicitation. This is not a request for proposals, and no contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests.

2 (Newest Update)

Posted: April 25, 2026, 12:53 a.m. EDT Construct a two-bay aircraft hangar with concrete foundation and floor slab, steel high bay, standing seam metal roof, cranes, motorized hangar doors and tracks, fire alarm and suppression system to include water storage tanks, and all necessary support. The facility will include all required spaces for an aircraft maintenance unit, including administrative areas, tool room, supply/bench stock area, storage, shop areas, emergency shower and eyewash stations, locker areas with showers, break area, circulation and administrative support spaces. Facility will also include a fleet service terminal for the transient alert function, which will be displaced by the construction. Project also includes overhead covered storage space for mobility barn and maintenance squadron, and airfield pavements to provide hangar access for aircraft. Airfield pavement work will include clearing, excavation, placement of base material and concrete pavement, asphalt shoulders, airfield markings, storm water retention, storm drainage, lighting and all other necessary support and be integrated into new airfield apron. This facility will include a 500kW generator to support the maintenance operations center which is authorized by Air Force Manual 32-1062. The project will demolish Building 4809 (4,523 Square Meter) and Building 4826 (209 Square Meter). The project will include all supporting facilities such as utilities, communications, other pavements such as parking and sidewalks, passive force protection measures, and site improvements necessary to provide a complete and useable facility. Facilities will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01 and one 120 Tons Air Conditioning is required. The facility should be compatible with DoD, Air Force, and base design standards. This project will comply with DoD antiterrorism requirements per unified facilities criteria. The project has a Performance Period of seven hundred thirty (730) calendar days after receipt of Notice to Proceed (NTP). There will be one pricing schedule with six (6) Contract Line Item Numbers (CLIN).USE OF BRAND NAME: This procurement will require the use of a specific brand name. PROJECT LABOR AGREEMENT: In accordance with Executive Order (EO) 14063, Use of Project Labor Agreements for Federal Construction Projects, issued 04 February 2022, project labor agreements (PLAs) are required for ?large-scale construction projects,? which as defined at RFO 22.501, means a Federal construction project within the United States for which the total estimated cost of the construction contract to the Federal Government is $35 million or more (using appropriated funds). Offerors are required to submit a complete, signed Project Labor Agreement (PLA) with their offer. Failure to submit a complete PLA may render the offer ineligible for award. PROCUREMENT SET-ASIDE: This procurement is not set-aside for small business; it is issued as Full and Open Competition. The estimated target range of construction is between $75,000,000.00 to $125,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction, which has a small business size standard of $45,000,000.00. The Product Service Code (PSC) is Y1JZ Construction of Miscellaneous Buildings. CONTRACT TYPE: The government will award a Firm-Fixed-Price Design-Bid-Build (DBB) construction contract to the offeror who submits a proposal that is the best value to the government. EVALUATION METHOD: The project will be a negotiated procurement using the Best Value Trade-Off process to ensure a competitive, firm-fixed price contract. Both technical and price proposals will be required. Subcontracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $2,000,000.00. If the offeror is a large business, the firm will be required to submit a subcontracting plan as part of its proposal package. Plans and specifications will not be provided in hard paper copy. When the Solicitation is issued, it will be available through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. Additional information is available via Web Based Training for the Solicitation Module at: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml. The Government is not responsible for any loss of internet connectivity or for an offeror?s inability to access the documents posted at the referenced website. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. Solicitation W912PL26RA001 and all amendments for this acquisition will be posted on https://sam.gov/. REGISTRATION REQUIREMENT: Offerors must have an active SAM registration at the time of proposal submission and award. In the case of Joint Ventures (JV), the JV entity must also be registered in SAM as a distinct business entity. Follow the instructions at https://sam.gov/ to register. If you are a first time SAM user, you will be required to register in https://sam.gov/ prior to accessing the solicitation documents. Once registered with SAM, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with SAM and therefore must be SAM-registered, have a MPIN, and either a SAM UEI number or CAGE code. The SAM website can be accessed at http://www.sam.gov/.

3: Posted: April 28, 2026, 7:29 p.m. EDT Construct a two-bay aircraft hangar with concrete foundation and floor slab, steel high bay, standing seam metal roof, cranes, motorized hangar doors and tracks, fire alarm and suppression system to include water storage tanks, and all necessary support. The facility will include all required spaces for an aircraft maintenance unit, including administrative areas, tool room, supply/bench stock area, storage, shop areas, emergency shower and eyewash stations, locker areas with showers, break area, circulation and administrative support spaces. Facility will also include a fleet service terminal for the transient alert function, which will be displaced by the construction. Project also includes overhead covered storage space for mobility barn and maintenance squadron, and airfield pavements to provide hangar access for aircraft. Airfield pavement work will include clearing, excavation, placement of base material and concrete pavement, asphalt shoulders, airfield markings, storm water retention, storm drainage, lighting and all other necessary support and be integrated into new airfield apron. This facility will include a 500kW generator to support the maintenance operations center which is authorized by Air Force Manual 32-1062. The project will demolish Building 4809 (4,523 Square Meter) and Building 4826 (209 Square Meter). The project will include all supporting facilities such as utilities, communications, other pavements such as parking and sidewalks, passive force protection measures, and site improvements necessary to provide a complete and useable facility. Facilities will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01 and one 120 Tons Air Conditioning is required. The facility should be compatible with DoD, Air Force, and base design standards. This project will comply with DoD antiterrorism requirements per unified facilities criteria. The project has a Performance Period of seven hundred thirty (730) calendar days after receipt of Notice to Proceed (NTP). There will be one pricing schedule with six (6) Contract Line Item Numbers (CLIN).USE OF BRAND NAME: This procurement will require the use of a specific brand name. PROJECT LABOR AGREEMENT: In accordance with Executive Order (EO) 14063, Use of Project Labor Agreements for Federal Construction Projects, issued 04 February 2022, project labor agreements (PLAs) are required for ?large-scale construction projects,? which as defined at RFO 22.501, means a Federal construction project within the United States for which the total estimated cost of the construction contract to the Federal Government is $35 million or more (using appropriated funds). Offerors are required to submit a complete, signed Project Labor Agreement (PLA) with their offer. Failure to submit a complete PLA may render the offer ineligible for award. PROCUREMENT SET-ASIDE: This procurement is not set-aside for small business; it is issued as Full and Open Competition. The estimated target range of construction is between $75,000,000.00 to $125,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction, which has a small business size standard of $45,000,000.00. The Product Service Code (PSC) is Y1JZ Construction of Miscellaneous Buildings. CONTRACT TYPE: The government will award a Firm-Fixed-Price Design-Bid-Build (DBB) construction contract to the offeror who submits a proposal that is the best value to the government. EVALUATION METHOD: The project will be a negotiated procurement using the Best Value Trade-Off process to ensure a competitive, firm-fixed price contract. Both technical and price proposals will be required. Subcontracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $2,000,000.00. If the offeror is a large business, the firm will be required to submit a subcontracting plan as part of its proposal package. Plans and specifications will not be provided in hard paper copy. When the Solicitation is issued, it will be available through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. Additional information is available via Web Based Training for the Solicitation Module at: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml. The Government is not responsible for any loss of internet connectivity or for an offeror?s inability to access the documents posted at the referenced website. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. Solicitation W912PL26RA001 and all amendments for this acquisition will be posted on https://sam.gov/. REGISTRATION REQUIREMENT: Offerors must have an active SAM registration at the time of proposal submission and award. In the case of Joint Ventures (JV), the JV entity must also be registered in SAM as a distinct business entity. Follow the instructions at https://sam.gov/ to register. If you are a first time SAM user, you will be required to register in https://sam.gov/ prior to accessing the solicitation documents. Once registered with SAM, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with SAM and therefore must be SAM-registered, have a MPIN, and either a SAM UEI number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. Amendment 0001 is issued to add drawings as attached. All other terms and conditions remain unchanged.
Current: Posted: April 29, 2026, 6:03 p.m. EDT Construct a two-bay aircraft hangar with concrete foundation and floor slab, steel high bay, standing seam metal roof, cranes, motorized hangar doors and tracks, fire alarm and suppression system to include water storage tanks, and all necessary support. The facility will include all required spaces for an aircraft maintenance unit, including administrative areas, tool room, supply/bench stock area, storage, shop areas, emergency shower and eyewash stations, locker areas with showers, break area, circulation and administrative support spaces. Facility will also include a fleet service terminal for the transient alert function, which will be displaced by the construction. Project also includes overhead covered storage space for mobility barn and maintenance squadron, and airfield pavements to provide hangar access for aircraft. Airfield pavement work will include clearing, excavation, placement of base material and concrete pavement, asphalt shoulders, airfield markings, storm water retention, storm drainage, lighting and all other necessary support and be integrated into new airfield apron. This facility will include a 500kW generator to support the maintenance operations center which is authorized by Air Force Manual 32-1062. The project will demolish Building 4809 (4,523 Square Meter) and Building 4826 (209 Square Meter). The project will include all supporting facilities such as utilities, communications, other pavements such as parking and sidewalks, passive force protection measures, and site improvements necessary to provide a complete and useable facility. Facilities will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01 and one 120 Tons Air Conditioning is required. The facility should be compatible with DoD, Air Force, and base design standards. This project will comply with DoD antiterrorism requirements per unified facilities criteria. The project has a Performance Period of seven hundred thirty (730) calendar days after receipt of Notice to Proceed (NTP). There will be one pricing schedule with six (6) Contract Line Item Numbers (CLIN).USE OF BRAND NAME: This procurement will require the use of a specific brand name. PROJECT LABOR AGREEMENT: In accordance with Executive Order (EO) 14063, Use of Project Labor Agreements for Federal Construction Projects, issued 04 February 2022, project labor agreements (PLAs) are required for ?large-scale construction projects,? which as defined at RFO 22.501, means a Federal construction project within the United States for which the total estimated cost of the construction contract to the Federal Government is $35 million or more (using appropriated funds). Offerors are required to submit a complete, signed Project Labor Agreement (PLA) with their offer. Failure to submit a complete PLA may render the offer ineligible for award. PROCUREMENT SET-ASIDE: This procurement is not set-aside for small business; it is issued as Full and Open Competition. The estimated target range of construction is between $75,000,000.00 to $125,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction, which has a small business size standard of $45,000,000.00. The Product Service Code (PSC) is Y1JZ Construction of Miscellaneous Buildings. CONTRACT TYPE: The government will award a Firm-Fixed-Price Design-Bid-Build (DBB) construction contract to the offeror who submits a proposal that is the best value to the government. EVALUATION METHOD: The project will be a negotiated procurement using the Best Value Trade-Off process to ensure a competitive, firm-fixed price contract. Both technical and price proposals will be required. Subcontracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $2,000,000.00. If the offeror is a large business, the firm will be required to submit a subcontracting plan as part of its proposal package. Plans and specifications will not be provided in hard paper copy. When the Solicitation is issued, it will be available through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. Additional information is available via Web Based Training for the Solicitation Module at: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml. The Government is not responsible for any loss of internet connectivity or for an offeror?s inability to access the documents posted at the referenced website. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. Solicitation W912PL26RA001 and all amendments for this acquisition will be posted on https://sam.gov/. REGISTRATION REQUIREMENT: Offerors must have an active SAM registration at the time of proposal submission and award. In the case of Joint Ventures (JV), the JV entity must also be registered in SAM as a distinct business entity. Follow the instructions at https://sam.gov/ to register. If you are a first time SAM user, you will be required to register in https://sam.gov/ prior to accessing the solicitation documents. Once registered with SAM, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with SAM and therefore must be SAM-registered, have a MPIN, and either a SAM UEI number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. Amendment 0001 is issued to add drawings as attached. All other terms and conditions remain unchanged.
Contacts
Contact nameTiffany Chang
Contact emailtiffany.chang@usace.army.mil
Contact phone(213) 452-2220
Secondary contact nameChristina M. Chavez
Secondary contact emailchristina.chavez@usace.army.mil
Secondary contact phoneNone
Same Region Opportunities