SPECIAL NOTICE
Y -- B21 Low Observable/Radio Frequency Hanger (LO/RF)
- Notice Date
- 3/2/2026 12:50:14 PM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G27RA002
- Response Due
- 3/19/2026 12:30:00 PM
- Archive Date
- 04/03/2026
- Point of Contact
- Bijay Gurung, Phone: 8178861018, Matthew Dickson, Phone: 8178861110
- E-Mail Address
-
bijay.gurung@usace.army.mil, matthew.s.dickson@usace.army.mil
(bijay.gurung@usace.army.mil, matthew.s.dickson@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SOURCES SOUGHT NOTICE For B21 Low Observable/Radio Frequency Hanger at Dyess Air Force Base, TX This is a SOURCES SOUGHT notice; a market survey, for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow-up information requests. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). All are highly encouraged to respond to solidify the acquisition strategy. Note: This project is subjected to Project Labor Agreements (PLA) requirements. Please respond to the PLA-related questions provided below. The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a new 95,529 SF Low Observable Corrosion Control Hangar and a Radio Frequency Facility for the new B-21 weapons system. The hangar includes a steel frame, masonry walls, metal roof, secure spaces, and cybersecurity measures. The RF facility will have a reinforced concrete foundation, steel frame, metal roof, and powered hangar doors. Both will include fire protection, climate control, backup power, and RF shielding. Additional work includes a metal storage building, fenced staging area, and concrete pad for fuel tank storage. Site preparation covers clearing, grading, demolition of five buildings, utility rerouting, and roadways/parking improvements. New utilities will be provided, including power, water, gas, sewer, and fiber optics. Temporary facilities will be provided for displaced B4111 occupants. All work will meet DoD standards for security, anti-terrorism, and cybersecurity. Contract award will be procured in accordance with FAR 15.101-1, Best Value Tradeoff. The acquisition strategy will be determined based on responses received from this notice and/or other market research methods. 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. The Product Service Code is Y1BZ, Construction of Other Airfield Structures The target price range for this acquisition is $280M to $300M. Estimated duration of the project is 1,217 calendar days. NOTE: The project duration in the actual solicitation could be increased or decreased. Should this action be set aside for small business, firms are reminded of the requirements under FAR Clause 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the Prime�s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials is excluded and not considered to be subcontracted. Prior Government contract work is not required for submitting a response to this notice. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual (EM 385-1-1), and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about 1Q FY27 and the estimated proposal due date will be on or about 2Q FY27. The official notice citing the solicitation number will be issued via the GPE and firms are to register electronically to receive a copy of the solicitation when it is issued. Response to this Notice shall be limited to 5 pages and shall include the following information: 1. Firm�s name, address, point of contact, phone number, Unique Entity Identifier and e-mail address. 2. Firm�s interest in bidding on the solicitation when it is issued. 3. Firm�s experience to perform the magnitude and complexity outlined in the Scope of Work within the past 5 years by providing: Brief description of the project, customer name, and dollar value of the project � provide at least 3 examples. 4. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5. Will the firm submit a response as a Joint Venture or other arrangement? If YES, provide specific type: Joint Venture, Mentor-Prot�g�, Teaming Arrangement, or Other 6. Firm�s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). PLA Questionnaire: 1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. 2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. 3. Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 4. Identify specific reasons why or how you believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 5. Identify specific reasons why you do not believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 6. Identify any additional information you believe the Government should take into consideration regarding the use of a PLA on the referenced project. 7. Does your company intend to bid/propose on this project if a PLA requirement is included in the solicitation? Does your company intend to bid/propose on this project if a PLA requirement is not included in the solicitation? 8. What are the likely cost impacts, if any, to your bid/proposal price if a PLA requirement is included in the solicitation? Please provide as much detail as possible regarding any anticipated cost impacts (positive or negative) of the inclusion of a PLA requirement, including any information you can provide about the magnitude of the anticipated impact. This announcement and all information will be issued via the Government Point of Entry, and Offerors must be active in the System for Award Management (SAM) to be eligible for award of Government contracts. Interested Firms shall respond to this Notice no later than 19 March 2026. Email your response to Bijay Gurung at bijay.gurung@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b26857ad8914465e8def4ce46d8ab36e/view)
- Place of Performance
- Address: Dyess AFB, TX 79607, USA
- Zip Code: 79607
- Country: USA
- Zip Code: 79607
- Record
- SN07730800-F 20260304/260302230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |