Tri-Base Area Construction Basic Ordering Agreement
ID: FA558724R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5587 48 CONS (ADMIN ONLY NO REQ)APO, AE, 09461-5120, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking experienced construction contractors for a Basic Ordering Agreement (BOA) to provide a broad range of construction services at RAF Mildenhall, RAF Lakenheath, and RAF Feltwell in the United Kingdom. The BOA will facilitate the issuance of Task Orders for various construction projects, including renovation, alteration, and modernization of facilities, with individual orders valued between $2,000 and $10,000,000. This procurement is crucial for maintaining and enhancing military infrastructure, ensuring compliance with both U.S. and U.K. standards. Interested contractors are encouraged to apply continuously, with applications evaluated on a rolling basis; for inquiries, contact Rachel Oldfield at rachel.oldfield@us.af.mil or Claire Hammond at Claire.Hammond.GB@us.af.mil.

    Files
    Title
    Posted
    The Tri-Base Area Construction Basic Ordering Agreement (BOA) provides construction services for renovation and construction projects at RAF Mildenhall, RAF Lakenheath, and RAF Feltwell in the UK. This BOA is not a contract, but rather a framework under which Task Orders (TOs) will be issued. The scope of work includes various general construction categories, from maintenance to new builds, potentially involving minimal design services. Projects may be 100% designed (Design-Bid-Build), require contractor design efforts (Design-Build), or involve no contractor design for non-complex work. All designs must adhere to both US and UK standards, with the more stringent standard applying in cases of conflict. Individual TOs are capped at $10,000,000. The government can add or remove contractors from the BOA list based on performance. The ordering process is competitive, with exceptions for urgency, uniqueness, or follow-on work. Evaluation criteria for TOs can be low-priced, low-priced technically acceptable (LPTA), or a tradeoff between price and non-price factors. Contractors must comply with extensive operational, safety, health, and environmental regulations, including obtaining various permits and certifications. Key deliverables include design documents, safety data sheets, and project closeout documents like as-built drawings.
    The RAF Lakenheath & RAF Feltwell Base Standards Rev04 document, attachment 2 to BOA Number FA558724G0001, establishes technical performance, design, and aesthetic standards for facilities at RAF Lakenheath and RAF Feltwell. This comprehensive guide ensures consistency in design and construction, promoting 'Installation Excellence' by providing a design base for management, consultants, and contractors. It covers various aspects, including architectural items, landscaping, civil/structural elements, pavements, environmental considerations, fire protection, and engineering and communication installations. The document details procedures for updates, derogations (waivers), and outlines supplementary resources and specialist standards. It also includes mandatory and advisory design guidelines, particularly concerning hazardous materials like asbestos, and specifies CAD and GIS data standards for project submissions. The standards are structured following Uniformat II, covering substructure, shell, interiors, services, equipment, special construction, and exteriors.
    The RAF Mildenhall Base Standards document, Attachment 3 for BOA Number: FA558724G0001, outlines mandatory and advisory technical and aesthetic standards for construction, design, and maintenance at RAF Mildenhall, United Kingdom. It covers contractor responsibilities, design guidelines, and technical specifications for architectural, civil/structural, environmental, fire protection, engineering, AT/FP, and communications elements. The document emphasizes compliance with the more stringent of UK and US regulations, including specific AFIs, ETLs, and UFCs. It details change management procedures, stakeholder responsibilities, and a waiver process for non-standard items. Key sections mandate specific bollard types, locking systems, and interior/exterior material and color schemes for various base districts. The goal is to ensure consistency, continuity, and Installation Excellence, with the Wing Commander delegating authority to the Base Civil Engineer (BCE).
    The TRI-BASE CONSTRUCTION BLANKET ORDERING AGREEMENT APPLICATION is a document for companies to apply for a construction blanket ordering agreement. It requires detailed company information, including contact details, CAGE Code, SAM Registration, and UK Construction Industry Scheme status. The application also asks for a comprehensive list of construction disciplines and architect & engineering capabilities, allowing applicants to specify if they act as principal or sub-contractor. Crucially, it requests prior experience on up to three RAF bases, requiring project titles, contract numbers, locations, dates, values, and descriptions of work. This application serves as a comprehensive vetting tool for potential contractors, ensuring they meet the necessary qualifications and have relevant experience for government construction projects, likely within the context of federal or state-level RFPs.
    The Tri-Base Area Construction Basic Ordering Agreement (BOA) outlines the application process for continuous solicitations, with no specific due date. Applicants must register with SAM.gov and submit a package via email to roger.morris.7@us.af.mil. The application requires a signed cover letter detailing any exceptions to the BOA Terms and Conditions, a completed Basic Ordering Agreement Application (Attachment 7) with proof of UK Construction Industry Scheme (CIS) registration, and documented experience. Those applying for the Design Build Construction Pool must also complete the SF-330, Architect-Engineer Qualifications form (Attachment 7), ensuring a separate Section E for each discipline (Architect, Civil, Mechanical, & Electrical). Applications are processed in order of receipt, and an acknowledgment email is expected within 72 hours.
    The US Air Force is establishing Basic Ordering Agreements (BOAs) for construction work in the Tri-Base area of the UK, encompassing RAFs Lakenheath, Feltwell, and Mildenhall. This process is not a typical contract award but aims to create a pool of qualified contractors for future competitive project proposals. There's no limit to the number of BOAs awarded, with the goal of a robust vendor base for horizontal construction, complex renovations, and design-build projects. Contractors will be placed into various pools (e.g., Minor Construction, Design Build, Paving, Roofing, Painting) based on their qualifications. The evaluation involves a compliance review, confirmation of UK Construction Industry Scheme (CIS) license, assessment of past performance on RAF bases, and evaluation of teamed Architect/Engineering firm qualifications. Successful completion of initial steps leads to a BOA offer, with subsequent steps determining pool assignment. This process ensures contractors are qualified for the specific demands of working on active RAF bases.
    The Standard Form 330 (SF330) is a crucial document used by federal agencies to collect professional qualifications from Architect-Engineer (A-E) firms. It facilitates the selection of firms for A-E contracts based on competence and qualifications, adhering to 40 U.S.C. chapter 11 and FAR Part 36. The form is divided into two parts: Part I, which details qualifications for a specific contract, and Part II, which outlines a firm's general qualifications for broader use. The instructions provide definitions, guidelines for completing each section—including contract information, proposed team, personnel resumes, and example projects—and a list of disciplines and experience categories. Agencies may issue supplemental instructions, emphasizing conciseness and compliance. The SF330 ensures a standardized, transparent process for evaluating and selecting A-E services, contributing to fair and reasonable contract negotiations.
    The Tri-Base Area Construction Basic Ordering Agreement (BOA) outlines the framework for providing construction services for a variety of projects across RAF Lakenheath, RAF Mildenhall, and RAF Feltwell. Task Orders will be issued under this agreement, which encompasses various construction disciplines and requires adherence to both US and UK design standards and safety regulations. The contractor is obligated to maintain quality control, ensure employee access compliance, and develop necessary submittals, with specific processes in place for project initiation, execution, and completion.
    The Tri-Base Area Construction Basic Ordering Agreement (BOA) outlines a framework between the U.S. Government and contractors for various construction projects at RAF Lakenheath, RAF Mildenhall, and RAF Feltwell in the UK. This agreement allows the Government to issue Task Orders (TOs) for general construction, renovations, and maintenance, covering a wide range of services from design to execution. Projects may vary in design complexity and scope, with contractors handling everything from demolition to specialized trade work. The agreement mandates strict compliance with both U.S. and UK construction standards, health, safety, and environmental regulations. Contractors must undergo a vetting process for access to military installations and are held responsible for securing government property, ensuring safety protocols, and managing hazardous materials. Task Orders are to be competitively awarded, with a focus on achieving best value through both pricing and quality criteria. Contractors must submit detailed plans and documentation, including quality control measures and environmental impact assessments, and are responsible for extensive project closeout documentation, including as-built drawings and warranties. This BOA represents a significant commitment by the U.S. Air Force towards maintaining and enhancing military infrastructure, emphasizing compliance, quality, and safety throughout the construction processes.
    The document is an extensive set of Base Standards for construction and design at RAF Lakenheath and RAF Feltwell, detailing specifications for civil engineering, architectural elements, and various systems, including electrical and HVAC. It emphasizes maintaining safety, environmental compliance, and operational efficiency, with a strong focus on consistency, quality, and adherence to both UK and US regulations. Procedures for revisions and derogations, as well as supplementary resources and standards, are included to ensure comprehensive project planning and execution.
    The document outlines the Base Standards for RAF Lakenheath and RAF Feltwell, which establish technical performance, design, and aesthetic guidelines for facilities within these bases. Its main purpose is to ensure consistency in the design and construction processes, contributing to “Installation Excellence.” The standards cover various aspects, including architectural items, landscape requirements, civil/structural guidelines, environmental compliance, and engineering installations. Updates to these standards will occur annually, with provisions for derogation through a specified process. The document specifies that all designs must comply with relevant US and UK regulations, while also offering supplementary resources and specialized technical standards to be referenced as needed. Responsibility for the application of these standards is designated to the Wing Commander and the Base Civil Engineer, ensuring accountability. The Base Standards serve as a comprehensive framework for contractors and design teams, integrating health, safety, and environmental factors through robust specifications and guidelines aimed at improving overall facility quality and performance on the bases.
    The document outlines the Base Standards for RAF Mildenhall, UK, detailing the responsibilities of contractors and architects/engineers (A/Es) in adhering to technical and aesthetic guidelines for facility design and construction. It establishes a change management process for ongoing updates, mandatory specifications for various aspects like fire protection and engineering, and guidelines for the use of materials, ensuring compliance with both US and UK regulations. The Base Standards aim for consistency in design and maintenance, enhancing facility quality and performance while accommodating new procedures and materials as necessary.
    The document outlines the Base Standards for construction and facility maintenance at RAF Mildenhall, UK, under BOA Number FA558724G0001. It establishes technical and aesthetic benchmarks for contractors and engineers, ensuring compliance with stringent U.S. Forces and UK regulations. Key processes include a change management program involving regular updates, feedback from facility managers, and approvals from relevant authorities. Central topics cover architectural guidelines, contractor responsibilities for accessing the base, site management protocols, and environmental considerations for construction. Specific attention is given to safety regulations, sustainability, and design uniformity, crucial for maintenance and operational efficiency. The document provides mandatory and advisory requirements for materials, landscaping, civil/structural considerations, fire protection, engineering, and communication systems. Finally, it emphasizes a systematic approach for work orders and waivers, ensuring all projects adhere to established standards. The overall goal is to promote consistency and quality in the design and construction processes at the base while safeguarding security and environmental integrity.
    The document is an application form for a TRI-Base Construction Blanket Ordering Agreement, requiring information about the company, including contact details, experience on RAF bases, project details, and architectural engineering capabilities. It outlines sections for company registration, construction disciplines, and points of contact, as well as space for comments. The form emphasizes the necessity of detailing prior experience with specific contracts and projects.
    The TRI-BASE Construction Blanket Ordering Agreement Application is a standardized document used for submitting applications by construction firms wishing to work on projects, particularly at RAF bases. The application requires detailed information about the company, including contact details, CAGE Code, and SAM Registration status, as well as confirmation of adherence to the UK Construction Industry Scheme. Key sections include a listing of construction disciplines relevant to the company, alongside three case studies of previous work completed at RAF bases, detailing project titles, contract numbers, locations, values, and work descriptions. Moreover, applicants need to specify their architectural and engineering capabilities, identifying whether they are acting as a principal or subcontractor for various disciplines, such as structural and environmental services. This application serves to streamline the contracting process, ensuring that qualified firms are evaluated based on their experience and specialized capabilities, which is critical for government RFPs and grant submissions in the construction sector. Overall, the document aims to facilitate compliance and oversight in selecting contractors for federal and state projects.
    The document outlines the preparation and submission instructions for applications regarding the Tri-Base Area Construction Basic Ordering Agreement (BOA), emphasizing that submissions are continuously open with no due date. Applicants must register in SAM.gov and submit a complete package including a signed cover letter, the BOA Application, and relevant forms, with specific guidelines on exceptions and necessary documentation. Proposals are submitted via email, and acknowledgment of receipt is expected within 72 hours.
    The document provides instructions for submitting applications for the Tri-Base Area Construction Basic Ordering Agreement (BOA). Offerors are encouraged to reach out with questions and must submit applications via email to the designated contact. There is no strict deadline for submissions, as applications will be processed in the order received until the solicitation closes. To apply, companies must first register at SAM.gov and submit a complete application, which includes a signed cover letter, a completed BOA Application form, and for those seeking inclusion in the Design Build Construction Pool, the SF-330 form detailing architectural and engineering qualifications. The cover letter must specify any exceptions to the BOA Terms and Conditions, while the BOA Application requires documentation of relevant experience and capabilities. Submissions must be sent via email, and applicants can expect acknowledgment of receipt within 72 hours. If confirmation is not received, they should follow up with a phone call. This document outlines a structured approach for potential contractors to secure agreements for construction services, reinforcing compliance and thorough preparation throughout the application process.
    The US Air Force is establishing Basic Ordering Agreements (BOAs) for construction services at RAF bases in the UK, with an indefinite number of agreements aimed at building a robust vendor base for diverse projects. Contractors must undergo a multi-step evaluation process to determine their qualifications, which includes compliance checks, licensing requirements, and past performance assessments, leading to placement in specific Pools based on their capabilities. Ultimately, those passing all evaluation steps may be awarded a BOA, with future task orders allocated through competitive proposals from within the Pools.
    The document outlines the application evaluation procedures for establishing Basic Ordering Agreements (BOAs) between the US Air Force and qualified contractors for future construction work at RAF bases in the UK, specifically Lakenheath, Feltwell, and Mildenhall. The selection process involves creating contractor pools tailored to various types of construction projects, including renovations and infrastructure developments. Contractors will be evaluated through a multi-step process, assessing compliance with regulations, licensing under the UK Construction Industry Scheme, and past performance on RAF contracts. Successful applicants may be assigned to specific pools such as Minor Construction or Design Build, depending on their capabilities. Key evaluation factors include active registration in the System for Award Management (SAM), contractor licensing, and qualifications of partnering architecture/engineering firms. The conclusion emphasizes the flexibility to adapt the number of pools based on demand and the qualifications of applicants, ensuring a diverse contractor base for the Air Force's requirements.
    The document describes the collection of information required under the Paperwork Reduction Act for Federal agencies seeking qualifications from architect-engineer (A-E) firms for contracts. It outlines the process for selecting firms based on qualifications, details the form sections to be completed regarding contract-specific and general qualifications, and specifies individual agency instructions for submissions. Additionally, it includes guidelines for providing information on key personnel and example projects relevant to the contract.
    The government document outlines the Architect-Engineer Qualifications Standard Form 330, used by federal agencies to assess the professional qualifications of architect-engineer (A-E) firms for contract selection. It details the process, which involves public announcements for A-E services, selection of qualified firms based on specific criteria, and negotiation of contracts at reasonable prices. The form is divided into parts: Part I focuses on contract-specific qualifications, while Part II covers general qualifications of the firm. Agencies may supplement instructions; thus, firms must adhere strictly to individual agency requirements when submitting their qualifications. Key personnel and their relevant projects are highlighted to showcase the firm’s expertise. Sections include contact information, organizational charts, resumes, and examples of relevant projects showcasing team capabilities. Additionally, the form emphasizes transparency and mandates that changes to project teams are approved by contracting officers. The document facilitates a structured selection process, ensuring that appropriate qualifications are considered for federal contracts.
    This government solicitation, FA558724G0001, outlines a Basic Ordering Agreement (BOA) for construction and renovation services at RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. The BOA, issued on February 7, 2024, is a negotiated Request for Proposal (RFP) for a broad range of services. Individual task orders will be issued under this agreement, with a minimum value of $2,000.00 and a maximum of $10,000,000.00 per order, payable in Pound Sterling (GBP). The agreement's term is from the effective date through March 31, 2029, with potential extensions. Key clauses address payment terms, inspection, and the use of U.S.-flag vessels for transportation of supplies. The document also includes provisions for an ombudsman, prohibition of Class I Ozone Depleting Substances, health and safety on government installations, and contractor access to Air Force installations.
    The document outlines the solicitation for a Basic Ordering Agreement (BOA) for construction services under solicitation number FA558724G0001, issued on February 7, 2024, aimed at providing various renovation and construction services for the U.S. Government at RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. It includes performance requirements, terms and conditions, and mandates that the contractor must begin work within ten calendar days of notice, with task orders issued for specific work under the agreement. Additional stipulations cover payment arrangements, inspection clauses, and contractor obligations regarding safety and health standards.
    The document outlines a Federal Government solicitation for constructing and renovating facilities under a Basic Ordering Agreement (BOA), specifically for projects at RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. The purpose of this BOA is to provide a broad range of renovation and construction services ordered through Task Orders issued by authorized contracting officers, with no guaranteed future orders. The agreement should be executed within a term extending until March 31, 2029, with individual task orders possibly lasting beyond this date. Key requirements include furnishing performance and payment bonds, adhering to price structures defined as firm fixed prices, and ensuring all services are compliant with Federal Acquisition Regulations (FAR). The contractor must submit detailed invoices and follow strict documentation protocols using the Wide Area Workflow (WAWF) system for payment processing, all while ensuring compliance with safety and material standards. The document's structure includes sections on solicitation terms, requirements for product delivery, administrative data, contract clauses, and additional information on health safety and environmental protection.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Non-Complex Construction and Design Build Construction, Basic Ordering Agreement RAF Lakenheath, Suffolk
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking Non-Complex Construction and Design Build Construction services for RAF Lakenheath, Suffolk in GBR. This service is typically used for basic ordering agreement for construction and design build projects at RAF Lakenheath, Suffolk. For more information, please contact Claire Switzer at claire.switzer.gb@us.af.mil.
    Request for Information - Furnishing Management Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking feedback from companies capable of providing Furnishing Management Support Services (FMSS) at RAF Lakenheath, United Kingdom. The procurement aims to identify sources that can deliver comprehensive services including haulage, maintenance, and repair of household furniture and appliances, which are essential for the operational needs of military personnel and their families in the area. Interested vendors must be registered in the System for Award Management (SAM) and are required to submit capability statements, company information, and other relevant details by February 4, 2026, to the designated contacts, Joanne Tansley and Sean D. Gillesby. This opportunity is part of a future solicitation that will cover a five-year ordering period from October 2026 to September 2031.
    RAFL/RAFM Sports Officials
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for Sports Officials Services at RAF Lakenheath and RAF Mildenhall in the United Kingdom. The procurement involves providing certified sports officials for approximately 2,500 games annually across various sports, including flag football, basketball, volleyball, softball, and indoor soccer, over a base year and three option years, with a total contract value of $16.5 million. These services are crucial for supporting the sporting events and seasons at both bases, ensuring professional officiating and adherence to regulations. Proposals are due by January 22, 2026, and must be submitted electronically to the primary contacts, Connor Jeter and Hannah Foster, with evaluations based on a Lowest Price Technically Acceptable approach.
    Military & Family Readiness Technician/Front Desk Administrator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Military & Family Readiness Technician/Front Desk Administrator to support the Transition Assistance Program (TAP) at RAF Lakenheath, United Kingdom. The contractor will provide essential administrative assistance, including disseminating information about the TAP process, tracking services for separating service members, and maintaining data in the Air Force Family Integrated Results Statistical Tracking (AFFIRST) system. This contract is crucial for ensuring that service members and their families receive the necessary support during their transition, with a total contract value of approximately $146,718. Proposals are due by January 12, 2026, and interested vendors should direct inquiries to Charles Kye or Valerie Cuevas via the provided email addresses.
    Planners Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is awarding a sole-source contract for Planner Support Services to Leidos Inc. at RAF Lakenheath, United Kingdom. This procurement is executed under FAR 16.505, allowing for a firm-fixed price bridge contract with a base period of six months and an option for an additional six months. The services are critical for supporting the U.S. Air Force's planning operations, ensuring effective management and execution of their objectives. For further inquiries, interested parties can contact Claudia Evans at claudia.evans@us.af.mil or by phone at 01638522252.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Multiple Award Construction Basic Ordering Agreement (MACB) program at Tinker Air Force Base (TAFB) in Oklahoma. This procurement aims to provide a wide range of construction, repair, and maintenance services, including Design-Build and Construction Only projects, with a focus on expediting project awards and reducing lead times. The program will utilize a two-phase procurement process, with small business set-asides for projects under $25 million and full and open competition for larger projects, ensuring a diverse pool of contractors can participate. Interested parties must register in the System for Award Management (SAM) and submit proposals by January 15, 2026, with a Pre-BOA teleconference scheduled for January 6, 2026, to discuss the requirements. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    727 AMS Cargo Racking
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of a Cargo Racking System for the 727 Air Mobility Squadron (AMS) at RAF Mildenhall, UK. The project involves the fabrication and installation of safety modifications, including rear X-bracings and rubberized pads for existing cargo racking systems, aimed at enhancing safety and operational efficiency for cargo movement. This procurement is critical for maintaining the functionality of the Air Mobility Command's sole en route location in the United Kingdom. Interested parties must submit their quotes by January 13, 2026, and are encouraged to attend a site visit on December 18, 2025, with prior registration required by December 17, 2025. For further inquiries, contact Amn Brandon Hampton at brandon.hampton.3@us.af.mil or SrA Veronica Batista Velez at veronica.batistavelez@us.af.mil.
    Potential Explosive Site (PES) Inspections
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct Potential Explosive Site (PES) Inspections at RAF Lakenheath and RAF Feltwell in the United Kingdom. The objective of these inspections is to ensure compliance with Ministry of Defence Explosive Regulations and to verify that PES facilities are fit for their intended purpose, which includes supporting munition storage, hardened aircraft shelters, armories, and Explosive Ordinance Disposal (EOD) ranges. These inspections are critical for maintaining mission-critical facility licenses and adhering to mandatory safety standards, including Defence Safety Authority (DSA) 03 and Explosives Storage and Transport Committee (ESTC) Standard 6. Interested firms must submit their capability statements electronically by 1400 GMT on January 16, 2026, to the designated points of contact, Sean D. Gillesby and Madison Maynard, with no reimbursement for responses provided.
    Construction Basic Ordering Agreement
    Dept Of Defense
    The Department of Defense, through the 765th Air Base Squadron, is seeking additional contractors for the Construction Basic Ordering Agreement (CBOA) at Lajes Field, Terceira Island, Azores, Portugal. This opportunity allows for the on-ramping of new contractors to participate in a range of maintenance, repair, and design-build construction projects, which may include various trades such as demolition, electrical, and HVAC services. The solicitation has been extended, with the new closing date for submissions set for February 2, 2026, and all interested parties must be registered in the System for Award Management (SAM) and possess a Construction Certificate from the Instituto dos Mercados Públicos do Imobiliário e da Construção (IMPIC) in Portugal. For further inquiries, potential offerors can contact Andrea Silva at andrea.silva.1.pt@us.af.mil or Jovita Salvador at jovita.salvador.pt@us.af.mil.
    FX74 Strategic Airlift Hangar, Naval Station Rota, Spain
    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 FX74 Strategic Airlift Hangar at Naval Station Rota, Spain. This project involves a Design-Bid-Build, Firm Fixed Price contract to construct a 7,861-square-meter maintenance hangar designed for C-5 and C-17 aircraft, which will include essential features such as fire suppression systems, utilities, pavements, site improvements, and support facilities. The construction is critical for enhancing airlift capabilities and must comply with Department of Defense Unified Facilities Criteria and antiterrorism/force protection standards. The estimated contract value ranges from $25 million to $100 million, with a performance period of approximately 630 days. Interested contractors must register with the System for Award Management (SAM) and, for contracts exceeding 500,000 euros, with the Spanish Ministry of Finance's Register of Bidders. For further inquiries, contact Stacy Mitchell at stacy.l.harper-mitchell.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil.