Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
ID: W912DS25RA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF AIRPORT RUNWAYS AND TAXIWAYS (Y1BD)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.

    Files
    Title
    Posted
    The Fort Drum WSAAF Runway Lighting Repair project, Amendment 0005, details comprehensive quality control and payment procedures for airfield asphalt paving. Payment is based on the quantity of hot-mix asphalt, with reductions for failing to meet specifications in areas like laboratory air voids, in-place density, grade, and smoothness. If the average lot pay factor is below 95% or any individual lot is below 75%, payments are adjusted. The document outlines detailed testing methods for density, smoothness (straightedge and profilograph), and grade, along with associated pay factors and correction procedures like diamond grinding. It mandates a paving workshop, specific submittals, and qualifications for contractor quality control staff, including an Airfield Asphalt Pavement QC Manager. An independent commercial laboratory will conduct acceptance testing, with adherence to ASTM and AASHTO standards for materials, equipment, and mix design. Environmental requirements specify surface temperatures for placement, and reclaimed or recycled asphalt is prohibited.
    This government file, Amendment 0003 for the Fort Drum WSAAF Runway Lighting Repair project, details a significant airfield modernization effort estimated between $25 million and $100 million. The project, located at Wheeler-Sack Army Airfield in Fort Drum, NY, involves replacing Runway 03-21 lighting, reconstructing pavement, upgrading NAVAID infrastructure, and building a new Airfield Lighting Vault. The work is divided into two phases: Phase 1 (19 months) focuses on new airfield lighting vault construction, utility installation, and ductbank installation via horizontal directional drilling, with minimal airfield closures. Phase 2 (10 months) includes completing any unfinished Phase 1 work, installing new electrical ductbanks across taxiways and under Runway 03-21, demolishing existing infrastructure, reconstructing runway shoulders and pavement, and installing new PAPI sites and lighting. Critical requirements include a 60-day preconstruction period, strict adherence to a 135-day concrete mix design approval process, and mandatory use of the Resident Management System (RMS) or its successor, the Construction Management Platform (CMP), for all contract administration, quality control, and submittal management. The project also mandates rigorous cybersecurity protocols for contractor computer equipment and temporary IP networks, along with adherence to DOD Condition of Readiness (COR) for severe weather and extensive coordination with other contractors and government agencies.
    The "Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY" is an unrestricted, full and open competition with a HUBZone preference, aiming for a single-step best value tradeoff. The project, with a NAICS code of 237310 and a size standard of $45,000,000, is estimated to be between $25,000,000 and $100,000,000. Proposals are due by October 29, 2025, at 2:00 PM EST, to be submitted electronically to Mr. Nicholas Emanuel and Mrs. Jordan Moran. A Project Labor Agreement (PLA) is mandatory for the successful offeror before contract award, as per Executive Order 14063. The solicitation includes detailed requirements for demolition, construction of runway/airfield lighting, an airfield lighting vault, runway paving earthwork, and runway paving construction, all under firm-fixed-price arrangements. An organized site visit is scheduled for October 6, 2025, at 8:00 AM EST, at Building 2065, Fort Drum, NY. The document also outlines specific instructions for offerors, including electronic proposal submission guidelines, inquiry procedures, and various FAR and DFARS clauses related to representations, certifications, and contract conditions.
    This amendment (W912DS25RA0030002) to a solicitation for the Wheeler Sack Army Airfield Lighting Upgrade Project at Fort Drum, New York, outlines several key changes. The proposal due date is extended to October 29, 2025, at 2:00 PM EST. All plans and specifications documents have been revised and reissued, specifically drawings related to "Ft Drum Runway Lighting Repair - Final RTA Plans" and "Ft_Drum_RTA-Specifications_Reprint." Offerors must acknowledge receipt of this amendment to avoid rejection of their proposals. The project is an unrestricted, full and open competition with HUBZone Preference, a NAICS Code of 237310 ($45M size standard), and a construction magnitude between $25M and $100M. A Project Labor Agreement is required from the successful offeror. Instructions for proposers include details on CPARS, AT/OPSEC training and installation access requirements (including NCIC-III checks), E-Verify for candidates, and the use of revised Standard Forms for bid, performance, and payment bonds. Electronic proposals, limited to 25MB per email, must be submitted to the Contract Specialist and Contracting Officer by the new deadline. Inquiries will be accepted via email until October 13, 2025.
    This document, Amendment 0003 to Solicitation W912DS25RA003, details modifications for the Runway 03-21 Airfield Lighting Repair project at Fort Drum, NY. Key changes include revised specifications for Summary of Work, RMS Contractor Mode, and Temp Construction Controls, along with updated drawings for Work Restriction Notes and Overall Phasing Plan. The period of performance is reduced to 760 days. The deadline for Requests for Information (RFIs) is extended to October 16, 2025, and proposals are due by October 29, 2025, at 2:00 PM EST via email. New requirements include contractor transition to a Construction Management Platform (CMP) from RMS, provision of a standalone Wi-Fi network for government personnel, and mandatory AT Level I and OPSEC Level I training for contractor employees. Bid bonds, performance bonds, and payment bonds must use revised Standard Forms. Access to Fort Drum requires compliance with strict security procedures, including NCIC-III checks and obtaining DoD identification credentials. The E-verify program is also mandated for pre-screening candidates.
    This government file, Amendment 0004 to Solicitation W912DS25RA003, pertains to the Runway 03-21 Airfield Lighting Repair project at WSAAF, Fort Drum, NY. The amendment addresses bidder inquiries and provides clarifications regarding various aspects of the project. Key updates include confirming the proposal due date of October 29, 2025, at 2:00 PM EST, and specifying that an 8-point font or more is acceptable for project schedules, charts, and graphics in the Basis of Award document. The amendment clarifies the scope of work for different CLINs (Contract Line Item Numbers) related to demolition, paving, and electrical infrastructure, and provides details on technical specifications for equipment, material requirements, and site logistics. It also addresses questions about personnel qualifications, emergency procedures, and access to project documents. The document emphasizes that all terms and conditions of the original solicitation remain in full force and effect, except as explicitly amended herein.
    This document is Amendment 0005 to Solicitation W912DS25RA003 for the Wheeler Sack Army Airfield Lighting Upgrade Project at Fort Drum, New York. The primary purpose of this amendment is to extend the proposal due date to November 18, 2025, at 2:00 PM EST. The solicitation is unrestricted for full and open competition with HUBZone Preference, a NAICS code of 237310 ($45,000,000 size standard), and a construction magnitude between $25,000,000 and $100,000,000. Key changes include updated instructions for proposers, mandating a Project Labor Agreement (PLA) due to Executive Order 14063, and revised procedures for electronic proposal submission. Additionally, the amendment details stringent security and access requirements for contractor employees on Army installations, including AT Level I and OPSEC Level I training, NCIC-III background checks, and the use of the E-verify Program. Bid, performance, and payment bonds must use the revised SF24, SF25, and SF25A forms. Inquiries regarding the solicitation close on October 16, 2025, at 11:59 AM EST.
    Amendment 0006 to solicitation W912DS25RA003 addresses revisions and clarifications for the Runway 03-21 Airfield Lighting Repair project at WSAAF, Fort Drum, NY. Key changes include modifications to the Basis of Award Document, specifically regarding critical path activities and acceptable ratings for factors. The document also revises and reissues Specification Section 32 12 15.13 for Asphalt Paving for Airfields and removes FAR 52.232-16 Progress Payments. The amendment also provides responses to 30 bidder inquiries, clarifying aspects such as asphalt gradation, liquid asphalt specifications, self-performance percentages, project magnitude requirements, proposal cover sheet placement, project example criteria, performance recognition documents, past performance criteria, schedule submissions, Electrical QC Specialist qualifications, cement types, truck mixer usage, conduit removal, foundation wall dimensions, organizational approach for subcontractors, utility room flooring, surface smoothness testing, and the 72-hour emergency operational performance test.
    Amendment 7 to solicitation W912DS25RA003 extends the proposal due date to December 10, 2025, and adds a drawing titled "Electric and Water Utilities on the Concrete Batch Plant Site." The amendment also addresses various bidder inquiries. Key responses include an increased period of performance if the Notice to Proceed occurs before April 1, 2026, contractor responsibility for snow removal in active work areas, a requirement for an on-site concrete batch plant, and confirmation that a graduate engineer with an NCEES-recognized State Professional Engineering registration is acceptable for the Concrete Paving CQC Manager role. Additionally, alternative means and methods for light base can installation can be proposed for approval, and contractor-provided ACP guards must be unarmed.
    This government RFP outlines the basis for awarding a firm-fixed-price contract for a construction project ranging from $25M to $100M. It emphasizes a Best Value Trade-Off procurement, where non-price factors (Past Performance, Proposed Contract Duration, and Organizational Approach) are collectively equal in importance to price. A Project Labor Agreement is mandatory for the successful offeror. Proposals must be submitted electronically via email, adhering to strict formatting, page limits, and content requirements across three volumes: Performance Capability, Small Business, and Price. Key evaluation criteria include detailed past performance on relevant projects, a realistic summary schedule with a phasing plan, and a clear organizational structure. Small business participation plans and past utilization of small businesses are also critical, with specific goals outlined. Price will be evaluated for fairness and reasonableness, and all offerors must provide a bid guarantee and confirm self-performed work. Joint ventures and contractor team arrangements have specific submission requirements for their experience and past performance to be considered.
    This government solicitation outlines a Best Value Trade-Off procurement for a construction project ranging from $25,000,000 to $100,000,000, requiring a Project Labor Agreement (PLA). Proposals will be evaluated on non-price factors (Past Performance, Proposed Contract Duration, and Organizational Approach) and price, with non-price factors collectively equal in importance to price. The solicitation is open to all businesses and details submission requirements, including page limits, font sizes, and electronic submission via email. Specific instructions are provided for joint ventures, contractor team arrangements, and affiliates, emphasizing the need for clear documentation of commitments. Evaluation criteria include detailed breakdowns for each factor, with Past Performance being the most important non-price factor, followed by Contract Duration and Organizational Approach. Small Business Participation and Past Utilization of Small Business are also evaluated, with specific goals for various socio-economic categories. Price will be evaluated for fairness and reasonableness, and mandatory pre-award information like bid guarantees and self-performed work confirmation is required. The document stresses the importance of thorough and compliant proposals, reserving the right to reject offers or enter into discussions for clarification.
    This government solicitation outlines the process for awarding a firm fixed-price construction contract between $25M and $100M, emphasizing a Best Value Trade Off approach where non-price factors are approximately equal to price. A Project Labor Agreement is mandatory for the successful offeror. Proposals will be evaluated on five factors: Past Performance (most important non-price factor), Proposed Contract Duration, Organization Approach, Small Business Participation Plan & Past Utilization of Small Business (least important non-price factor), and Price. Offerors must submit detailed proposals electronically, adhering to specific formatting, content, and submission requirements, including information on joint ventures, past projects, and small business utilization goals. The government reserves the right to accept offers other than the lowest price and will not award to proposals with deficiencies. Specific guidelines are provided for past performance relevancy, technical/risk ratings, and small business participation goals, which include various socio-economic categories. Price will be evaluated for fairness and reasonableness but not rated. Bid guarantees, self-performed work, and pre-award information are also critical submission components.
    This document outlines the process for obtaining a visitor's pass for Fort Drum and provides key information for a Bidder Walkthrough at the WSAAF Airfield. To obtain a pass, individuals without a CAC Card must complete the IMDR-ES_Form_2_APPLICATION_FOR_SPONSORSHIPv7 form, leaving the sponsorship section blank, and submit it to Kaitlyn Hughes and Andrew Mitchell by October 1, 2025. Passes can be picked up at the Visitor's Center outside the North Gate. The application allows for multiple individuals per sheet, requires Real ID compliant identification, and specifies procedures for foreign nationals and rental cars. The Bidder Walkthrough will commence promptly at 0800 on Monday, October 6, 2025, at the WSAAF Operations Building and Fire Station (Building 2065), with only one representative per contractor allowed in the air traffic control tower. Andrew Mitchell is the contact for any issues or questions regarding passes or the walkthrough.
    This document outlines the process for obtaining a visitor's pass and accessing Fort Drum and the WSAAF Airfield for a Bidder Walkthrough. Visitors without a CAC Card must complete the IMDR-ES_Form_2_APPLICATION_FOR_SPONSORSHIPv7 form, omitting sponsorship details, and submit it to Jordan Moran and Andrew Mitchell by September 24, 2025. Passes can be picked up at the Visitor's Center (North Gate) the day before the event to avoid delays. Key application notes include listing multiple individuals on one form, ensuring IDs are Real ID compliant (or noting 'US Passport' for passports), contacting Andrew Mitchell for foreign nationals or non-compliant IDs, and writing 'Rental' for unknown rental car information. The Bidder Walkthrough begins promptly at 0800 at WSAAF Operations Build and Fire Station (Building 2065), with only one person per contractor allowed in the air traffic control tower. Andrew Mitchell is the contact for any issues or questions.
    The U.S. Army Corps of Engineers, New York District, is undertaking the Runway 03-21 Airfield Lighting Repair Project at Wheeler-Sack Army Airfield, Fort Drum, NY. This project, detailed in Solicitation No. W912DS23F0103, involves an overall phasing plan for airfield lighting vault and site improvements, ductbank installation, and communications cable routing. Key phases include Phase 1 for vault and ductbank work, potentially concurrent with Phase 2, which focuses on reenergizing the electrical distribution system for Runway 03-21 by November of Construction Year 3. The project emphasizes strict adherence to schedules, approval of mix designs for pavement work, and completion of closeout activities six months post-Phase 2. This effort aims to modernize and restore full operational capabilities to the airfield lighting system.
    This document outlines utility requirements for a concrete batch plant site, specifically addressing electrical and water services. For electricity, the contractor is responsible for providing the transformer and making all necessary connections to a 3-phase overhead electric power supply. Regarding water, the contractor must make all required connections to a 10-inch HDPE water line. The inclusion of "CUI" likely indicates Controlled Unclassified Information, suggesting the document is part of a larger government project or procurement process requiring specific security or handling protocols. This information is critical for contractors bidding on or executing work related to establishing infrastructure for the concrete batch plant.
    The provided document lists various locations and names associated with what appears to be a military installation, likely Fort Drum. Key locations include the Ft Drum Resident Office, Guthrie Clinic, and Visitor Center. It also mentions specific roads such as Iraqi Freedom Drive, Tigris River Valley Road, Euphrates River Valley Road, and Enduring Freedom Drive, along with the LT.GEN.PAUL CERJAN GATE. The document's structure suggests it could be an excerpt from a directory, map, or a list of facilities within a government or military context. This information is relevant for understanding the physical layout and key points of interest within such an installation, potentially for logistical planning, security, or facility management purposes within federal government operations.
    The document outlines the "Runway 03-21 Airfield Lighting Repair Project" at Wheeler-Sack Army Airfield, Fort Drum, NY. This project, detailed in solicitation W912DS23F0103 and contract W912-DS-21-D0003, involves civil, electrical, and airfield lighting vault construction. Key civil works include full-depth removal and replacement of runway shoulders and Portland Cement Concrete, pavement marking replacement, and construction of new roads, parking, water lines, and equipment pads for the Airfield Lighting Vault (AFLV). Electrical work encompasses removal and replacement of runway lighting, PAPI, wind cones, approach lighting systems, airfield guidance signs, and the installation of a new airfield lighting home run duct bank. A new 3,200 square foot AFLV building will be constructed to house structural, mechanical, plumbing, electrical, lighting, communications, and fire detection systems. The project also addresses the management of Polyfluoroalkyl Substances (PFAS) contaminated soils, outlining specific handling, testing, and disposal protocols, and requires an on-site environmental manager.
    The document is a grading plan for the Runway 03-21 Airfield Lighting Repair Project at Wheeler-Sack Army Airfield, Fort Drum, NY. It details proposed contours, existing contours, and key elevations. The plan includes general sheet notes and keynotes, emphasizing positive drainage away from airfield pavements and ensuring new grading ties into existing drainage patterns without altering them. The project involves JCP (Joint Construction Plan) details, and references discipline-specific sheet series for existing and proposed features. The document is part of a contract (W912-DS-21-D0003) and solicitation (W912DS23F0103) from the U.S. Army Corps of Engineers, New York District, with an issue date of 25 APR. 2025.
    This government file details the design and installation requirements for the Runway 03-21 Airfield Lighting Repair Project at Wheeler-Sack Army Airfield, Fort Drum, New York. The document covers several key areas, including opening details for doors and louvers with specific structural and material requirements, interior finish schedules for various rooms (Regulator Room, Utility, Mechanical, Power Distribution) outlining paint, flooring, and ceiling finishes, and signage plans for both interior room identification and exterior building numbers. Additionally, it provides comprehensive fire alarm and mass notification system specifications, including general notes, symbols, building construction codes, standard mounting heights for devices, and a riser diagram. The file also includes general mechanical notes, abbreviations, piping symbols, and a mechanical site plan detailing fuel oil piping, cooling units, and an above-ground storage tank. All work must comply with relevant UFC and NFPA standards, emphasizing safety, material quality, and proper installation procedures.
    This government file details the specifications and construction sequences for installing airfield lighting systems at Wheeler-Sack Army Airfield, Fort Drum, NY, as part of the Runway 03-21 Airfield Lighting Repair Project. The document outlines installation procedures for in-pavement runway edge lights, threshold lights, and end lights in both asphalt and PCC pavements. Key elements include detailed instructions for core-drilling, subgrade preparation, concrete encasement, and the installation of base cans (L-868C and L-867B), light fixtures, snow plow rings, and associated grounding components like bare copper counterpoise and ground rods. The file also specifies materials, such as fluoropolymer-coated bolts, and emphasizes critical considerations like proper sealing, leveling, azimuth alignment, and adherence to FAA engineering briefs and AC standards. It provides configurations for threshold and end light bars, including spacing and conduit interconnections, and outlines requirements for junction can plazas and ductbank transitions, all under contract W912-DS-21-D0003 and solicitation W912DS23F0103.
    This government file, part of the "RUNWAY 03-21 AIRFIELD LIGHTING REPAIR PROJECT" for Wheeler-Sack Army Airfield, Fort Drum, NY, details civil demolition plans (CD108 and CD109). The project involves significant demolition of asphalt and Portland cement concrete pavements of varying depths, ranging from 2.00" to 16.00", with specified base course minimums. It also includes pavement marking removal and triple sawcuts, with all concrete sawcuts to be located along existing joints. Critical infrastructure to be protected during demolition includes electrical lines and manholes, communication lines, a 12" HDPE waterline, and an abandoned waterline. The plans also emphasize protecting the Runway 21 Glide Slope. General notes direct readers to CD001 for demolition notes, C-301 and C-302 for typical removal sections, and ED series sheets for electrical and communication demolition plans. The project is managed by the U.S. Army Corps of Engineers, New York District, under contract W912-DS-21-D0003 and solicitation W912DS23F0103.
    This government file, identified as CG107, pertains to the Runway 03-21 Airfield Lighting Repair Project at Wheeler-Sack Army Airfield, Fort Drum, NY. The document, part of a federal government RFP (Solicitation No. W912DS23F0103) under Contract No. W912-DS-21-D0003, is a grading plan. It provides detailed information on proposed and existing contours, elevations (e.g., 677.00', 678.00', 681.33'), and key features such as the Runway 03-21, PAPI Access Road, and Perimeter Access Road. General sheet notes emphasize providing positive drainage away from airfield pavements and tying in JCP grading to maintain existing drainage patterns. The file also references JCP details (EA507) and discipline-specific sheet series for feature legends. The document was submitted by H. Barnhart, checked by T. Morris, drawn by C. Twigg, and designed by E. Jarger, with an issue date of February 28, 2025, and a revised issue date of April 25, 2025.
    This document outlines the Fort Drum WSAAF Runway Lighting Repair project, estimated between $25,000,000 and $100,000,000, located at Wheeler-Sack Army Airfield in Fort Drum, NY. The project involves replacing deteriorated Runway 03-21 lighting, reconstructing runway shoulders and a 1,400-foot section of Runway 03-21, upgrading visual NAVAID infrastructure and signage, replacing Building 2067 with a new Airfield Lighting Vault, and updating Airfield Lighting Controls. It also includes repairs to Runway 03-21 approach lighting and Runway 15-33 lighting. The contractor must commence work within 5 days of notice to proceed and complete it within 852 days, including a 135-day period for concrete pavement mix design approval. Strict adherence to safety, security, and environmental regulations, including obtaining excavation permits and coordinating with military operations to minimize disruption, is required. The document emphasizes the contractor's responsibility for site security, personnel identification, vehicle registration, and liability for utility damage.
    The "FINAL RTA SUBMITTAL Fort Drum WSAAF Runway Lighting Repair" outlines a project to repair and upgrade runway lighting at Wheeler-Sack Army Airfield, Fort Drum, NY. The work, estimated between $25 million and $100 million, includes replacing Runway 03-21 lighting, reconstructing shoulder pavement, replacing runway end and approach lighting, updating visual NAVAID infrastructure and signage, and constructing a new Airfield Lighting Vault to replace Building 2067. The project also involves replacing airfield lighting controls in the Air Traffic Control Tower (ATCT), Base Operations Office, and the Airfield Lighting Vault (AFLV), as well as work on Runway 15-33 lighting and North Ramp lighting. The contract requires strict adherence to Fort Drum regulations, including extensive security and access protocols, and mandates the use of the Web-based Excavation Permit Application (WEPA) for all excavation activities. The contractor must commence work within 5 days of receiving notice to proceed and complete it within 852 days, which includes the development of an approved concrete pavement mix design within 135 days. The airfield will remain operational throughout the construction, requiring careful coordination and 15-day notices for any service interruptions. Cybersecurity measures for facility-related control systems, including airfield lighting, are also a key component of the project.
    The Wheeler-Sack Army Airfield Runway 03-21 Airfield Lighting Repair Project is a comprehensive plan to upgrade the airfield's lighting infrastructure, runway pavement, and associated facilities at Fort Drum, New York. The project, led by the U.S. Army Corps of Engineers, New York District, and prepared by Jacobs/Ewing Cole JV, focuses on replacing obsolete lighting, repairing runway sections, and constructing a new Airfield Lighting Vault. The project will disturb approximately 27.06 acres over two phases, with construction anticipated from Spring 2025 to Fall 2026. A Stormwater Pollution Prevention Plan (SWPPP) is required due to the significant soil disturbance, ensuring compliance with NYSDEC and federal EISA Section 438 regulations. The SWPPP details erosion and sediment controls, pollution prevention practices, and a phased construction sequence to minimize environmental impact, particularly concerning stormwater runoff and potential PFAS contamination. Key measures include stabilized construction entrances, silt fences, inlet protection, and specific protocols for materials handling and spill prevention.
    The IMDR-ES Form 2, January 2016, is an Application for Sponsorship for access to a federal installation, specifically Fort Drum. This form collects personal and vehicle information from individuals seeking access, requiring a sponsor to justify their visit. The collected data is used to conduct criminal background checks through NCIC-III as mandated by Army Regulation 190-13, ensuring positive identification and security. The form details the types of identification accepted, emphasizing the prohibition of non-REAL ID compliant driver’s licenses for unescorted access. Instructions for completing the form are provided, covering details such as date and time formats, and methods for submission (email, fax, or in-person delivery). The document outlines the privacy act statement, authority, principal purposes, and routine uses of the information, noting that disclosure is voluntary but essential for gaining access.
    This government solicitation, W912DS25RA003, is a Request for Proposal (RFP) issued by W2SD Endist New York for the Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Project at Fort Drum, NY. The project, estimated between $25,000,000 and $100,000,000, involves demolition and construction of runway/airfield lighting, an airfield lighting vault, and runway paving. Proposals are due by October 27, 2025, at 2:00 PM EST and must be submitted electronically to Nicholas Emanuel and Jordan Moran. A Project Labor Agreement (PLA) is mandatory for the successful offeror. The solicitation details various FAR and DFARS clauses, including requirements for contractor performance, site visits, and representations/certifications, and specifies wage rates for construction trades in Jefferson, Lewis, and St. Lawrence Counties, New York. Critical is the Schedule A outlining liquidated damages for delays in opening Runway 03-21.
    Amendment 0001 for Runway 03-21 Airfield Lighting Repair at WSAAF, Fort Drum, NY, extends the due date for Visitor Pass submissions to October 1, 2025, for the October 6, 2025, site walkthrough. This amendment issues new plans, revises and reissues specifications, and includes two Justification and Approvals. It also updates the Bidder Walkthrough Visitor Pass Instructions. Offerors must acknowledge receipt of this amendment by the specified date through one of the outlined methods to avoid rejection of their proposals. Additionally, the amendment clarifies the availability of plans and specifications, which have been issued, addressing multiple bidder inquiries.
    This Justification and Approval (J&A) document outlines the need for a Monaco Fire Alarm and Mass Notification (FAMN) System for the Runway 03-21 Airfield Lighting Repair project at Fort Drum, NY. The project involves repairing deteriorating runway infrastructure, upgrading airfield lighting, and replacing Building 2067, which houses the Airfield Lighting Vault. The existing FAMN system at Fort Drum is a Monaco Enterprises, Inc. product, and a new Monaco system is required for seamless integration, compatibility, and networkability with the current base-wide system. Alternatives were considered but deemed unviable due to compatibility issues, as using another manufacturer's product would lead to a lack of integration, potential safety hazards during emergencies, and increased training requirements. Efforts to obtain competition, including a Notice of Intent (NOI) published on January 14, 2025, yielded no responses, reinforcing that Monaco is the only compatible brand. The J&A emphasizes that using a non-Monaco product would jeopardize occupant safety and the operational effectiveness of the FAMN system.
    This document is a Justification and Approval Review for a non-competitive procurement, specifically for the Trane Tracer Ensemble Runway 03-21 Airfield Lighting Repair at Wheeler Sack Army Airfield (WSAAF), Fort Drum, NY. Dated February 6, 2025, the review indicates that the procurement is for a specific system repair and is being conducted without full and open competition, suggesting a sole-source or limited-source acquisition. The document serves as a formal justification for this procurement approach, outlining the reasons why other competition methods are not being used for this particular airfield lighting repair project.
    Similar Opportunities
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is preparing to solicit bids for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project involves a Design-Bid-Build approach and aims to construct a medium standard design hangar along with associated maintenance facilities, which are critical for supporting Combat Aviation Brigade operations and enhancing airfield readiness. The estimated contract value ranges between $100 million and $250 million, with a performance period of approximately 1,186 calendar days. Interested contractors should register as a vendor in the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration with the System for Award Management (SAM). For further inquiries, contact Brett Watanabe at brett.j.watanabe@usace.army.mil or call 808-835-4045.
    Matador Manor Streetlights
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 341st Contracting Squadron, is seeking sources for the removal and replacement of streetlights, poles, and concrete bases at Malmstrom Air Force Base (AFB) in Montana. The project includes the installation of new circuits, conduits, conductors, and connections to existing transformers, with conduits to be installed via directional drilling. This procurement is a 100% Small Business set-aside under NAICS code 237130, with an estimated contract value between $500,000 and $1,000,000, aimed at engaging small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB) as prime contractors. Interested parties must submit their business information, including small business status and Cage Code/UIE, to 1st Lt Alessandra Ramirez by December 9, 2025, to be considered for this opportunity.
    FY23-28 General Construction Services BPA - W911S223S8000
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    403873 FLW AIT Barracks Complex II Phase 2
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a contract duration estimated at 519 calendar days from the notice to proceed. The project is critical for maintaining operational capabilities and safety standards at the base, addressing significant issues such as asbestos and PCB removal, and ensuring compliance with government regulations. Interested contractors should note that funds are not currently available for this acquisition, and no contract award will be made until appropriated funds are secured; the due date for bids is set for December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.