Installation Entry Control (Main Gate) Facility
ID: W50S8F25RA010Type: Solicitation
AwardedSep 15, 2025
$6.8M$6,833,550
AwardeeRANCO CONSTRUCTION INC Southampton NJ 08088 USA
Award #:W50S8F25CA011
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NP USPFO ACTIVITY NJANG 177EGG HARBOR TOWNSHIP, NJ, 08234-9500, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of an Installation Entry Control Facility at the 177th Fighter Wing in Egg Harbor Township, New Jersey. This project, set aside entirely for small businesses, requires contractors to provide all necessary labor, materials, and supervision for the construction, with an estimated value between $5 million and $10 million. The facility is crucial for enhancing security measures at the military base, ensuring compliance with federal regulations and safety standards. Interested contractors must submit their proposals by May 30, 2025, and can direct inquiries to Jose Maldonado at jose.maldonado.28@us.af.mil or Johanna Paz at johanna.paz.1@us.af.mil.

    Files
    Title
    Posted
    The Atlantic City Air National Guard Base (ANGB) has issued Addendum 01 for the Entry Control Facility project. The addendum details revisions to the bidding documents, including updated drawings and specifications essential for contractors preparing bids. Notably, it includes changes to drawing notations, removal of specific keynotes, and updates to the Bid Option descriptions relevant to construction tasks like asphalt overlay and barrier installations. The specifications section introduces a new Door Hardware Schedule. Additionally, the addendum provides a Bulletin on Active Vehicle Barrier safety schemes to ensure security measures align with current guidelines. Bidders must acknowledge these changes to avoid rejection of their proposals. This addendum is part of the formal procurement process, emphasizing compliance with government regulations and the timely delivery of infrastructure improvements at the base.
    The Atlantic City Air National Guard Base is soliciting proposals for the construction of an Entry Control Facility through Addendum 02. Key updates to bidding documents include revisions to various drawings and specifications. Significant changes include the addition of bullet-resistant requirements in section 083402 and a detailed description of tempered one-way glass specifications in section 129300. Additionally, new specifications for benches include design requirements to ensure safety and comfort, including height, weight limits, and material standards. The addendum also outlines construction protocols, emphasizing the need for erosion control measures and maintaining clear access for emergency vehicles during and after construction. The contractor is required to coordinate closely with the contracting officer throughout the project, adhering to timelines for utility installations and inspections. Lastly, there are specific instructions regarding traffic control measures and the management of temporary obstructions to comply with FAA regulations, further emphasizing the importance of safety on-site. Overall, this comprehensive addendum serves to refine project specifications, ensure compliance with regulatory standards, and maintain efficient project management during the facility's construction.
    The document is Addendum No. 3 to the bidding documents for the Entry Control Facility project at Atlantic City Air National Guard Base in New Jersey. It is directed at all bidders and outlines mandatory changes to the project's specifications, emphasizing that failure to acknowledge these changes will result in bid rejection. Key modifications include terminology updates where "Access Control Devices" will be replaced with "Control Devices" in Section 281005, alongside adjustments to the phrasing regarding submission requirements and control systems. The adjustments aim to clarify project documentation. This amendatory addendum is fundamental for ensuring compliance with the bidding process within the context of federal contracts, thus preserving the integrity and specificity of the project's requirements.
    The document outlines the specifications and geotechnical design report for the Installation Entry Control Facility at the Atlantic City Air National Guard Base. The project, designated as AQRC169009 and FA890321D005, aims to replace an existing control facility, improving standards for security, traffic flow, and efficiency. It details the types and conditions of groundwork, including soil borings and groundwater levels, providing critical data for construction planning. The report includes site preparation requirements, recommendations for structural and non-structural fill, and specific guidelines for footings, addressing seismic design criteria and potential risks like liquefaction. The findings were based on thorough field explorations, laboratory testing, and expert analysis, ensuring safe and compliant construction practices. This geotechnical analysis is essential for risk mitigation and sustainable development of military infrastructure. The document reflects a meticulous approach in aligning the construction efforts with government standards and effectively managing environmental and structural integrity for future operational needs.
    The document outlines the specifications for the Installation Entry Control Facility project at the Atlantic City Air National Guard Base in New Jersey, referenced by Project Number AQRC169009 and Contract Number FA890321D005. It serves as a comprehensive technical guide detailing various aspects of construction encompassing geotechnical data, administrative requirements, quality control, and specific construction standards across multiple divisions such as concrete, plumbing, HVAC, electrical systems, and structural integrity. It emphasizes sustainability requirements, governmental safety protocols, and protocols for temporary environmental controls during construction. Each section outlines obligations regarding the materials, installation practices, and compliance with national and local standards. By meticulously documenting materials and installation processes, the project promotes both regulatory compliance and efficient functionality, ultimately enhancing operational security at the facility.
    The document outlines the design and construction requirements for the Installation Entry Control Facility (IECF) at Atlantic City Air National Guard Base in New Jersey. The project includes preparations for new construction, ensuring compliance with federal and local regulations, including the International Building Code and the National Fire Protection Association standards. Key details include a single-story, non-combustible structure with specific firefighter access and water supply requirements. The facility comprises a guard work area and restroom, with a total area of 219 square feet, without hazardous materials. It highlights code compliance, addresses means of egress, occupant load calculations, and provides guidelines for fire safety systems, such as fire extinguishers and alarms. The project requires thorough coordination with local authorities and utility companies for service provisions and construction logistics. In summary, the document serves as a comprehensive guide to the construction and operation of the IECF, focusing on safety, adherence to codes, and integration of required systems while maintaining operational efficiency for emergency access at the military facility.
    The government document outlines the Scope of Work (SOW) for the installation of an Entry Control Facility at the Main Gate Complex, designated AQRC169009. It specifies the contractor's responsibilities, including management, labor, equipment, and compliance with various federal regulations like FAR and DFARS. The project entails site preparation, construction phases, and optional tasks related to roadway adjustments and signage. Key components include: 1. A four-phase construction process covering facility and roadway development. 2. Mandatory project management software for oversight, with a dedicated site superintendent present throughout construction. 3. Strict security measures for personnel working within a government-secured area. 4. Environmental and safety compliance, including waste disposal, safety plans, and adherence to applicable codes and standards. The project duration is set at 600 days post-Notice to Proceed, with specific holidays and working hours defined. Completion is contingent upon thorough inspection by government representatives and submission of required documentation. This SOW aims to ensure a comprehensive approach to facility construction while prioritizing safety and regulatory compliance.
    The document discusses various aspects and requirements related to federal and state RFPs (Requests for Proposals) and grants. It emphasizes the importance of complying with regulations in the procurement process, outlining steps necessary for proper submission and evaluation. The document includes specific guidelines on documentation, eligibility criteria, and funding allocation. Key points highlight the need for clear communication of project goals and objectives, as well as an understanding of the evaluation criteria used by funding agencies. It also stresses the importance of adhering to deadlines and procedural guidelines to increase the chances of securing funding. The tone is formal and instructional, aiming to provide clarity for potential applicants navigating the complexities of government funding processes. Overall, the primary purpose is to equip stakeholders with the necessary information for successful engagement in the federal and state funding landscape, ensuring compliance, and maximizing the potential for project approval and funding acquisition.
    The document outlines the requirements for submitting a Performance Relevancy Questionnaire as part of a Request for Proposal (RFP) for an Installation Entry Control Facility project. Contractors must provide detailed information on up to three relevant projects, including contract specifics, descriptions of work performed, compliance with small business requirements, and safety standards. The questionnaire emphasizes quality over quantity, with an interest in similarities to the proposed project scope, cost, complexity, and sustainability measures such as USGBC LEED® certification. Additional sections require contractors to report on issues faced in previous projects, instances of liquidated damages, terminations, and to provide proof of safety compliance via Experience Modification Rate (EMR). The purpose is to assess potential contractors’ qualifications and their track record in federal contracting, ensuring adherence to policies that promote small business participation and effective project execution. This structured approach aims to facilitate a thorough evaluation of contractor capabilities in relation to federal government requirements.
    The document outlines the requirements for subcontractors and teaming partners participating in a federal RFP for the Installation Entry Control Facility. It emphasizes that past performance information related to subcontractors cannot be shared with prime contractors without prior consent. To facilitate this process, subcontractors must complete a consent form allowing the prime contractor to access their performance history, which is essential for the government's evaluation of proposal relevance and reliability. The form requires specific details about past contracts, including points of contact for references. Additionally, the document highlights the significance of proper information sharing during the source selection process, reflecting the government's initiative to ensure high standards of performance and best value in contract awards. The cooperation of subcontractors in this process is crucial for the overall success of the proposal submission and evaluation.
    The document outlines the solicitation W50S8F-25-R-A010 for the installation of an Entry Control Facility at a military base, emphasizing the submission requirements for a Past Performance Reference Questionnaire (Exhibit C). Offerors must send completed questionnaires to project owners or contracting officers to evaluate past performance in line with federal regulations. The file provides instructions on preparing and submitting these questionnaires, including a cover letter and identification requirements for the offeror. Key elements include contractor information, work performed, contract details, and client assessments, which inform performance ratings from "Exceptional" to "Unsatisfactory." The document highlights the necessity for clients to evaluate contractors on various performance aspects, including quality, schedule adherence, customer satisfaction, and financial management. Overall, it serves to facilitate a structured evaluation process to assess contractor reliability and capability for government contracts, ensuring informed decision-making in awarding contracts.
    The document serves as a template for a Letter of Commitment from a key subcontractor or key personnel, addressed to a Contracting Officer in relation to a proposed federal contract. It emphasizes the importance of formal commitment from subcontractors involved in fulfilling specific project roles upon the award of the contract. The structure includes an introduction to the subject matter, a declaration of the commitment, and a closing statement requiring the signature and title of an authorized official, along with the date. This letter is a vital element in the bidding process for requests for proposals (RFPs), signifying the subcontractor's readiness and reliability, which is crucial for federal grants and state and local RFPs. Its format reflects professional protocol essential for establishing contractual assurance and supports transparency in public sector procurement processes.
    The document serves as a Request for Proposal (RFP) log for a bid concerning the construction of an Entry Control Facility at the Atlantic City Air National Guard Base. It addresses various questions from bidders related to submission requirements, project specifications, and operational clarifications. Key topics covered include the submission of experience and capability documentation, clarification on project management software and materials specifications, and requirements for constructing components such as ballistic-resistant doors and weather barriers. The RFP emphasizes the need for bidders to include relevant project experience, technical capability narratives, and adhere to page limits for specific submissions. Several inquiries relate to the bidding process, like the inclusion of subcontractor experience and the handling of excavated materials concerning regulations. Notable clarifications also discuss utility coordination, construction logistics, and security-related specifications. The purpose of this file is to ensure clear communication between the government and potential contractors, facilitating an accurate understanding of project requirements and expectations during the bidding process. It reflects the attention to detail required for compliance with government contracts and the importance of meeting safety and operational standards.
    The document outlines a Limited Source Justification for acquiring security equipment from Advantor Systems Corporation for the construction of a new Installation Entry Control Facility by the 177FW NJANG. The procurement involves access control and intrusion detection systems, aimed at integrating with the existing Advantor infrastructure. This sole-source approach is justified under the authority of 41 U.S.C. § 4106(c) and FAR 8.405-6(a)(1)(i)(B), citing the necessity of a compatible system that only Advantor can provide. The document notes that Advantor is the sole authorized provider for the required equipment and emphasizes the cost prohibitive nature of switching to an alternative provider, Vindicator. The approval is contingent on available funding and confirms the requirement for Advantor to maintain operational efficiency. The contracting officer, Jose D. Maldonado, provides the approval signature dated April 16, 2025. This justification reflects adherence to regulations and underscores the importance of maintaining compatibility within existing security systems while avoiding unnecessary competition in this specialized context.
    The document outlines the solicitation details for the installation of an Entry Control Facility at the 177th Fighter Wing in Egg Harbor Township, NJ, identified by the solicitation number W50S8F-25-R-A010. It is a firm fixed-price contract designated solely for small businesses, with a construction budget ranging from $5 million to $10 million. The project includes several optional line items relating to facility enhancements, and a performance period of 600 calendar days is outlined. Key requirements include the proposal submission by May 16, 2025, compliance with prevailing wage determinations, and mandatory bid bonds. Contractors are expected to manage their site facilities and adhere to environmental standards, including daily foreign object debris sweeps. Engagement in bi-weekly progress meetings alongside the use of Projectmates software for project administration is also mandated. All proposals must be submitted electronically, with strict adherence to guidelines to avoid rejection. The meeting serves as an informational session to clarify solicitation details and responsibilities for interested contractors. The document emphasizes the importance of thorough compliance with all solicitation documents and updates, available on www.SAM.gov.
    The document addresses various bid questions related to a government Request for Proposals (RFP) and includes guidance on submission requirements for experience, capability, and solicitation details. Key topics covered include the necessity of specific exhibits (A, B, D) for demonstrating experience and subcontractor information, and the potential use of CPARS evaluations as substitutes for traditional references. Additionally, the document clarifies technical specifications, such as the ballistic level of protection required, the type of weather barrier to be utilized, and the project management software needed for bidding. Questions about the design and installation of communication systems, including the responsibilities for cabling, are also addressed. Other issues discussed include appropriate barrier specifications and submission requirements for equipment, with an emphasis on compliance with existing guidelines. Notably, the RFP indicates that the bid bond amount is outlined within the solicitation, creating clear expectations for prospective bidders. Overall, this document serves as a comprehensive resource for bidders to ensure compliance and clarity in preparing their proposals, reflecting the government’s commitment to transparency in the procurement process.
    This document outlines the contractor details for projects associated with the U.S. National Guard, specifically focusing on project costs, fees, and processes. Projects will be pre-paid by contractors, with monthly fees varying based on the construction cost: ranging from $125 for projects under $1 million to $770 for those between $50-$100 million. A one-time charge for project setup is established at $1,950 for projects over $1 million and $750 for smaller projects. Upon project completion, contractors will be billed in advance for project archives at a fee of $400. Contractors are instructed to provide specific project details via email for processing. Additionally, a 2.9% convenience fee will apply to all credit card transactions, with pricing subject to change without prior notice. This document serves to facilitate financial and administrative procedures for contractors engaging in projects with the National Guard, ensuring clarity and accountability in budget management and compliance with project requirements.
    The document is a Request for Proposals (RFP) for constructing an Installation Entry Control Facility at the 177th Fighter Wing in Egg Harbor Township, NJ. It specifies that the contract will be awarded as a Firm Fixed Price and is set aside entirely for small businesses. The project involves providing all plant, labor, materials, and supervision necessary for completion, with an estimated construction magnitude between $5 million and $10 million. Key elements include a mandatory pre-proposal conference, submission of detailed proposals in specified volumes encompassing price, technical capability, and past performance, with clear formatting and content instructions. The evaluation will weigh technical capability and past performance equally against cost, aiming for the best value for the government. A focus on compliance with the FAR regulations and maintaining high safety and quality standards is evident, along with a process for addressing proposals and clarifications. Overall, the RFP serves as a structured solicitation for qualified contractors, aiming to enhance security features at the base while supporting small business participation in government construction initiatives.
    The document is an amendment to a federal solicitation, outlining specific changes to the original solicitation and requirements for acknowledgment by contractors. Key amendments include the incorporation of new wage determinations, an extension of the proposal closing date to May 30, 2025, and the necessity for offerors to acknowledge the amendment in their submissions. Contractors can acknowledge the changes by completing specified sections or communicating electronically. Failure to acknowledge the amendment prior to the deadline may result in the rejection of proposals. The document ensures continuity of existing terms while modifying critical deadlines and requirements. This amendment reflects the government's procedural adjustments in maintaining compliance with procurement and contracting practices, relevant to federal and local solicitations.
    The document pertains to amendments and modifications of a federal solicitation. It outlines procedures for acknowledging the receipt of amendments, which must be done by specific methods before the deadline to avoid offer rejection. Key stipulations include the options for submitting acknowledgment—through completion of specified items, annotations on offer copies, or separate electronic communication referencing the amendment. Additionally, it details the conditions under which changes to previously submitted offers can be made. The document also includes sections addressing contract modifications, including adjustments to administrative details or order changes. Final instructions highlight the culmination of the questions and requests for information (RFI) period and the publication of a final Q&A log, instructing offerors to acknowledge the amendment with their submissions. The communication emphasizes maintaining compliance with the established protocols for offers and modifications within the context of federal procurement processes.
    The document serves as an amendment to a federal solicitation, detailing procedures for acknowledging receipt of the amendment and submitting offers. The amendment clarifies that the submission deadline may or may not be extended, and offers must acknowledge receipt through specified methods, such as completing amendment forms or communicating electronically. It is crucial that acknowledgments arrive prior to the specified deadline to avoid rejection of offers. The document also outlines procedures for modifying existing contracts, including administrative changes and the need for the contractor's signature in certain conditions. Key points include reference to updates on drawings and specifications, safety guidelines for vehicle barriers, and the importance of acknowledging the amendment in offers. Overall, the document emphasizes compliance and procedural clarity in federal contracting processes.
    The document outlines wage determinations pertaining to federal construction contracts in New Jersey, specifically Atlantic County. It specifies compliance with the Davis-Bacon Act and highlights the minimum wage rates established by Executive Orders 14026 and 13658. Contracts initiated after January 30, 2022, require a minimum wage of $17.75 per hour, while older contracts enhanced or extended beyond that date must adhere to a minimum of $13.30. The file presents various construction trade classifications, including wages and fringes for laborers, electricians, carpenters, and operators, alongside their defined scopes of work and additional compensation clauses for hazardous conditions or special circumstances. Essential provisions include stipulated paid holidays and procedures for appeals relating to wage determinations, demonstrating the importance of labor compliance in government contracts. The document serves as a guide for contractors ensuring legal adherence and protection for workers involved in federal construction projects, reflecting federal obligations towards fair labor practices.
    Similar Opportunities
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    LARGE AREA FACILITY DESIGN BUILD CONSTRUCTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the design and construction of a Large Area Facility at Tobyhanna, Pennsylvania. The project entails constructing a 90' x 75' clear span structure with a minimum height of 40 feet, designed to support mission requirements with specific features such as large overhead doors, flush work floors, and comprehensive utility systems. This facility is crucial for accommodating both general and mission-specific operations, ensuring a lifespan of at least 40 years in compliance with DoD standards. Interested contractors must submit their capability statements, including evidence of relevant past performance and the ability to self-perform at least 50% of the contract, by December 12, 2025. For further inquiries, potential offerors can contact Brian Cox at brian.w.cox@usace.army.mil or Cherita Williams at cherita.l.williams@usace.army.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    F35 3-Bay Hangar at Ebbing ANGB, Fort Smith, AR.
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of a 25,000 square foot, 3-bay aircraft maintenance hangar at Ebbing Air National Guard Base in Fort Smith, Arkansas. This project aims to support the beddown of the F-35 aircraft, highlighting its strategic importance to military operations. The procurement will follow a best value trade-off method as outlined in FAR Part 15, with an estimated construction cost between $25 million and $100 million. Interested contractors can reach out to Melissa Hyslop at melissa.d.hyslop@usace.army.mil or Brian Welch at brian.j.welch@usace.army.mil for further details.
    F35 SPECIAL ACCESS PROGRAM FACILITY (SAPF)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the F-35 Special Access Program Facility (SAPF) at Ebbing Air National Guard Base in Fort Smith, Arkansas. This project entails the construction of a squad operations mission planning facility that will provide controlled workspace compliant with ICD 705 standards, including secure flight planning and training areas, unclassified aircrew training and administrative space, as well as storage and maintenance for aircrew flight equipment. The facility is crucial for supporting combat crew functions and enhancing operational readiness. Interested contractors can reach out to Markeith Berry at markeith.j.berry@usace.army.mil or by phone at 817-886-1031, or Nicholas Johnston at nicholas.i.johnston@usace.army.mil or 817-886-1006 for further details regarding the solicitation.