WPAFB 3rd Air Stream/ B18
ID: W912QR26-3rd_Air_Stream_B18Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force is conducting a market survey for a new industrial compressed air plant at Wright-Patterson Air Force Base. This project, estimated between $5M and $10M with a 900-day duration, involves constructing a facility with two 4,000 HP compressors, two natural gas-fired air heaters, and specialty steel piping. The project also includes demolition of existing equipment, significant electrical work, industrial automation system controls replacement, roof work, and minor architectural repairs. The Air Force will purchase major equipment, but the prime contractor is responsible for installation and coordination with existing personnel and privatized utilities. The NAICS code is 238220. The survey targets small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms, to determine if a set-aside is feasible. Interested firms must respond by October 31, 2025, NLT 1:00 PM Eastern Time via a specific online form. Responses require verification of small business status, UEI, Cage Code, bonding limits, and descriptions of up to three similar past projects (at least 15% self-performed), including project size, scope, dollar value, completion percentage, type (design-build/design-bid-build), number of subcontractors, and two references. Firms must also detail how they will self-perform at least 15% of the work for this project. This is not a request for proposal, and all contractors must be registered in SAM.gov.
    Lifecycle
    Title
    Type
    WPAFB 3rd Air Stream/ B18
    Currently viewing
    Sources Sought
    Similar Opportunities
    Loading similar opportunities...