Construct 241st Security Measures
ID: W50S98-25-B-A006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N1 USPFO ACTIVITY TNANG 134MCGHEE TYSON ANG BASE, TN, 37777-6227, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

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 bids for the construction of security measures at the 241st Engineering and Installation Squadron located in Chattanooga, Tennessee. The project involves installing new perimeter security fencing, access-controlled gates, and an Advantor security system, with a total estimated cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the security infrastructure to protect personnel, facilities, and equipment, and is set aside exclusively for small businesses. Interested contractors must submit their bids by August 19, 2025, and can direct inquiries to Kristen Phipps at kristen.phipps@us.af.mil or by phone at 865-336-3353.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a record of a bid opening for a federal government RFP, identified as "W50S98-25-B A006-19 August 2025." It lists various individuals and their contact information, including names, email addresses, and phone numbers, from different units such as 134 MSC and 134 CES. These individuals likely represent points of contact or attendees related to the bid opening process. The file also contains unreadable text, possibly additional contact details or notes, suggesting it is an internal document for tracking participants or inquiries concerning the federal solicitation.
    The Pre-Bid Conference for Solicitation W50S98-25-B-A006 NTEA182006 outlines the construction of 241st Security Measures in Chattanooga, TN, with a project magnitude of $1,000,000 to $5,000,000. This project is a 100% Small Business Set Aside. Key personnel from the 134th ARW were introduced. The scope includes a base bid for security measures and an Advantor Security System. All solicitation documents, amendments, and Q&As will be available on SAM.gov. The period of performance is 365 days after Notice to Proceed. Bidders must carefully read all requirements, including specific instructions for the Invitation for Bid (IFB) process, such as submitting a signed SF 1442, a valid Bid Bond (SF 24), and completed Representations and Certifications. Bids are due by 2:00 P.M. EST on August 19, 2025, at the 134th Air Refueling Wing, Louisville, TN. Important reminders include a question submission deadline of August 12, 2025, and access requirements for bid drop-offs by August 15, 2025. Liquidated damages for delays are $822.26 per day, plus a one-time fixed cost of $335.39 per modification. All questions must be submitted in writing via email to kristen.phipps@us.af.mil following a specific format, and answers will be posted on SAM.gov.
    The document addresses various questions and answers related to a government Request for Proposal (RFP) focusing on security system installations, fencing, and related infrastructure. Key areas covered include fence specifications (Ameristar Stalwart IS or equivalent, crash ratings), security system components (cameras, card readers, intercoms), and coordination with Advantor Security. The document clarifies responsibilities for installation and wiring, emphasizing coordination with Advantor for security system integration, programming, and commissioning. It also outlines project logistics such as work hours, temporary fencing requirements, concrete barrier relocation, and the sufficiency of a Gantt chart schedule. Additionally, the document addresses site access, material specifications, and the need for new materials, with a focus on adhering to UFC standards and coordinating with the COR for specific details and approvals. The project is confirmed to be a single phase, with IDS specifically for the fence.
    A pre-proposal conference and site visit were held on August 1, 2025, for Solicitation W50S98-25-B-A006, regarding the construction of 241st Security Measures for the Tennessee Air National Guard. The conference, attended by various contractors and government representatives including Major Travis Vaughn and SSgt Kristen Phipps, detailed the project's scope, period of performance, and bid process. Key topics included IFBs, the importance of complete bid packages, a bid due date of August 19, 2025, at 2 PM, and the bid opening location at the 134th Air Refueling Wing. The project's magnitude is estimated between $1,000,000 and $5,000,000. Attendees were instructed to submit all questions, especially technical ones, in writing via email to kristen.phipps@us.af.mil, emphasizing that questions should not be directed to design or government engineers. All questions and answers, along with any amendments to the solicitation, will be posted on Sam.Gov, and contractors were advised to check the website frequently. A PowerPoint presentation on project specifics was provided, and a site visit was conducted.
    The document appears to be a sign-in sheet or contact list for a site visit related to a government solicitation or project, specifically "W50S98- 25¨ B-A006- l August 2025." It lists various individuals from different departments or organizations, including "134 MSC" and "134 CE," along with their names, email addresses, and phone numbers. The fragmented nature of the text also includes what seem to be additional contact details or notes, although much of it is illegible due to poor scanning or original document quality. The main purpose of the document is to record attendance and contact information for participants in a site visit pertinent to a federal government RFP or contract. It serves as a record of interested parties or stakeholders involved in the pre-proposal phase of a government procurement. While specific project details are scarce, the presence of military unit abbreviations and a formal site visit reference suggests a federal government context.
    The document outlines specifications for site concrete in federal government projects, ensuring quality and durability. It mandates 4,000 PSI compressive strength at 28 days with specific slump and air entrainment. The guidelines address cold and hot weather concrete placement, prohibiting calcium chloride and requiring approval for other admixtures. It specifies material standards for Portland cement, mineral aggregate base, water, and air entrainment. Concrete placement is prohibited when the base surface temperature is below 40 degrees F or if the surface is wet or frozen. Sidewalks must be sealed with TNEMEC 668 Deck A Pell 40 sealer. Any concrete damaged before project acceptance must be replaced at no cost to the government. If specified, Type III microfiber reinforced concrete with a dosing rate of 2.5 lbs/CY is required.
    The Statement of Work (SOW) for NTEA182006 outlines a project to enhance security measures at the 241st Engineering Installations Squadron's Air National Guard facility in Chattanooga, TN. The project addresses substandard security due to an accessible and unmonitored perimeter, aiming to protect personnel, facilities, and equipment. Key tasks include installing new perimeter security fencing with masonry posts, a motor-operated access-controlled main gate, and an Advantor security system with cameras, card readers, and motion sensors. The contractor is responsible for providing all necessary personnel, equipment, and materials, except for government-furnished workspace and utilities. The period of performance is 365 days, with specific requirements for quality control, access security, and adherence to various government regulations, including those concerning antiterrorism, information security, and the protection of personally identifiable information.
    The Statement of Work (SOW) outlines the requirements for constructing enhanced security measures for the 241st Security facility in North Chattanooga, TN. The contractor is responsible for providing all necessary personnel, equipment, and materials to upgrade the base’s security infrastructure, including new fencing, access control systems, and demolition of existing structures. The urgency for these enhancements is underscored by recent local incidents that highlighted vulnerabilities in security measures. Contract performance is set for a 365-day period, requiring services to be conducted during standard working hours, with a strong emphasis on quality control and adherence to security regulations. The contractor must comply with numerous government policies regarding personnel qualification, access procedures, and the protection of sensitive information. Additionally, frequent coordination with the Tennessee Air National Guard Civil Engineering is mandated to ensure minimal disruption to operations. Overall, this document emphasizes the United States Government's commitment to enhancing facility security and operational integrity while ensuring contractor accountability and compliance with federal regulations. These upgrades aim to significantly improve the safety and functionality of the Air National Guard installations.
    The Tennessee National Guard is issuing an Invitation for Bids (IFB) for a fixed-price contract focused on construction services to enhance base infrastructure in Chattanooga, Tennessee. The project encompasses the installation of a new iron picket fence with masonry posts, repairs to existing fencing, and modifications to power and communications wiring. Key dates include a solicitation release around July 7, 2025, a pre-bid conference on July 16, 2025, and a bid opening on August 8, 2025. Participation is restricted to registered contractors in the System for Award Management (SAM). A critical requirement involves adhering to the FAR clause regarding subcontracting limitations, stipulating that no more than 85% of the contract value may be subcontracted to non-similarly situated entities. Additionally, the document emphasizes that all official project details and amendments will be posted on the SAM.gov website, with no responsibility taken by the government for information accessed from other sources. This IFB represents a strategic opportunity for small businesses in construction, aiming to strengthen military infrastructure while fostering economic engagement within local communities.
    The Tennessee Air National Guard's NTEA182006 project, "Construct 241st Security Measures," outlines a comprehensive plan for enhancing security infrastructure. This project involves the installation of new security fences, gates (including cantilevered and man gates with access control), and security cameras, alongside the repair of existing fences. Key aspects include detailed specifications for materials like high-density polyethylene, reinforced concrete pipe, and specific fence components from Ameristar. The project emphasizes adherence to various codes and standards, including the International Building Code, ADA Standards, and NFPA codes. Contractor responsibilities encompass meticulous coordination of work, management of subcontractors, strict adherence to submittal procedures for materials and progress reports (AF Form 3065), and compliance with quality control services, including independent testing. The document also addresses administrative requirements such as weather delay protocols and project meetings, ensuring a structured and compliant execution of the security upgrades at 6511 Bonny Oaks Drive, Chattanooga, TN.
    The document is a Request for Proposal (RFP) for the construction of security measures at the Tennessee Air National Guard facility. The project, titled "Construct 241st Security Measures," encompasses the provision of materials, labor, and construction tasks necessary to enhance site security. It includes a detailed overview of general requirements, regulations, and quality control measures relevant to the work. Key components involve the installation of new security fencing, gates, and associated electrical systems, while ensuring compliance with state and federal codes. Contractors are directed to confirm existing conditions, manage utility locations, and inspect demolition materials in accordance with legal regulations. The overarching focus is on creating a robust security infrastructure that meets operational and safety standards. As part of the contract, extensive documentation, including weather delays, coordination of work, and submittal requirements, is outlined to ensure smooth execution and adherence to agreed timelines. The project assumes significant importance in enhancing security protocols at the facility, demonstrating the government’s commitment to maintaining safety standards and proper construction practices.
    The document is an Abstract of Offers - Construction, summarizing bids received for Solicitation Number W50S9825BA006, titled "NTEA182006 Construct 241st Security Measures." Issued on July 16, 2025, and opened on August 19, 2025, by the 134th Mission Support Contracting office, the project received three amendments. The government estimated the project's cost at $1,451,000.00. Four offers were submitted: US Fence & Gate, Inc. ($2,893,550.00), Aleut Demolition Services, LLC ($2,008,369.35), Birmingham Industrial Construction ($2,304,137.00), and Skilled Services LLC ($3,125,000.00). Each offer included a 20% liability bid security and acknowledged the three amendments. The abstract details the bids for two items: "Base Bid" and "Advantor Security System." Kristen B. Phipps, Contracting Administration, certified the abstract on August 20, 2025.
    This document outlines an Invitation for Bids (IFB) for the "Construct 241st Security Measures" project in Chattanooga, TN, set aside 100% for small businesses. The project involves construction, alteration, or repair, with a NAICS code of 236220 and a small business size standard of $45,000,000. The estimated magnitude is between $1,000,000 and $5,000,000. A pre-bid conference and site visit are scheduled for August 1, 2025, requiring prior registration due to security. Bids are due by August 19, 2025, at 2:00 PM local time. Award will be a Firm Fixed Price contract based on price and price-related factors, with no discussions. Funds are not currently available but are anticipated before award. Bidders must be registered in SAM, complete SF 1442, provide a bid bond, and acknowledge all amendments. Wage rates are applicable, and protests can be filed with the National Guard Agency Protest Program or the Contracting Officer.
    This government solicitation (W50S98-25-B-A006) is for a firm-fixed-price construction contract to build security measures at the 241st Engineering and Installation Squadron in Chattanooga, TN. The project is set aside for small businesses, with a magnitude of $1,000,000 to $5,000,000. Key details include a mandatory pre-bid conference on August 1st, 2025, a performance period of 365 days, and an offer due date of August 19th, 2025. Bidders must be registered in SAM.gov, submit a bid bond, and comply with various FAR and DFARS clauses, including limitations on subcontracting for general construction (85%). Award will be based on price and price-related factors, with no discussions anticipated. Funds are not yet available but are expected prior to award.
    This government solicitation amendment, W50S98-25-B-A006, focuses on updating the wage determination for a construction project at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The primary purpose of this amendment is to incorporate the most updated wage determination rate, TN20250177, dated July 25, 2025. The project involves repairing interiors and exteriors of existing structures and facilities within a 365-day performance period. Key details include a mandatory pre-bid conference and site visit on August 1st, 2025, with strict registration requirements due to security protocols. The solicitation is 100% set-aside for small businesses, and the government intends to award a Firm Fixed Price (FFP) contract. All communications and amendments will be posted on SAM.gov, emphasizing the offeror's responsibility to monitor the website for updates. The document also outlines procedures for bid submission, protests, and contractor qualifications, providing comprehensive guidelines for interested parties.
    This government document, Amendment 0002 to Solicitation W50S98-25-B-A006, modifies an Invitation for Bids (IFB) for the repair of interiors and exteriors of existing structures at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The solicitation is a 100% small business set-aside for a Firm Fixed Price (FFP) contract. Key updates include a corrected bid repository location at Building 417, Second Floor, Room A28, McGhee Tyson ANG Base, Louisville, TN, and detailed instructions for a mandatory pre-bid conference and site visit on August 1st, 2025, at 9:30 AM EST. Attendees must register 3 business days in advance by providing firm name, visitor's name, REAL ID Driver's License copy, and citizenship to kristen.phipps@us.af.mil for base access. All questions must be submitted via email to the contracting office by the fifth working day prior to bid opening, using a specified format, and any amendments or clarifications will be posted on SAM.gov. The document also outlines procedures for bid submission, wage determinations, protest procedures, and contractor qualifications.
    This document is an amendment and modification to a solicitation/contract (Standard Form 30) for the United States Air Force. It specifically addresses Solicitation Number W50S9825BA006, dated July 16, 2025, from USPFO Activity TNANG 134. The amendment, number 0003, effective August 5, 2025, incorporates questions 1-57 and several attachments, including '25BA006 QUESTIONS 241ST SECURITY MEASURES_08.13.25_SECOND SET', '48-SITE CONCRETE SPECIFICATIONS', 'STALWART K8', and 'UNIT MASONRY ASSEMBLIES'. It outlines procedures for acknowledging receipt of amendments and making changes to already submitted offers. The document also details sections for contract modifications, including change orders, administrative changes, and supplemental agreements, and requires signatures from both the contractor/offeror and the contracting officer. All other terms and conditions of the original document remain unchanged.
    The government solicitation invites bids for a construction project titled "Construct 241st Security Measures" at the 241st Engineering and Installation Squadron located in Chattanooga, TN. The project is exclusively reserved for small businesses, with a set NAICS code (236220) and a small business size standard of $45 million in annual receipts. The anticipated contract value ranges from $1 million to $5 million, with a performance period of 365 days post-award. Bidders are encouraged to attend a pre-bid conference for clarification on requirements, scheduled for August 1st, 2025. All bids must be submitted electronically, with specific documentation, including a performance bond, due by the stipulated deadline. The contracting officer intends to award the contract based solely on price offers without further discussions. Funding for the project is pending appropriation, as indicated in the solicitation. Compliance with federal regulations, including wage determinations and contractor qualifications, is mandatory. The document serves as a key guideline for offerors, outlining necessary procedures, requirements, and expectations for the bid submission process.
    The Tennessee Air National Guard is seeking potential sources for a construction project, referenced as NTEA182006, which involves the creation of security measures for the 241st Engineering and Installation Squadron in Chattanooga, TN. The estimated project budget is between $1 million and $5 million. Interested small businesses are encouraged to express their intent to submit proposals by providing a written notice by May 27, 2025. This notification must include a positive statement of intent, a completed Source Sought Information Request Form, a list of relevant completed projects, and a brief outline of proposed resources and key personnel. If sufficient small business contractors are unavailable for fair competition, the project may be opened to all bidders. Submissions should be sent via email to Contracting Specialist SSgt Kristen Phipps, with a subject line specified for tracking. The announcement emphasizes the initiative to foster small business involvement while ensuring competitive bidding for the contract.
    The Sources Sought Information Request Form pertains to the project named NTEA182006, which focuses on constructing security measures at a designated site. The project falls under the NAICS Code 236220, with a specified small business size standard of $45 million in average annual receipts over the past three years. Interested companies are required to provide essential information, including their company name, address, CAGE code, DUNS number, and socio-economic status related to the specified NAICS code. Respondents must confirm their registration in the System for Award Management (SAM) and demonstrate bonding capability of at least $5 million for individual projects. The form emphasizes the importance of complete and accurate responses, as any incomplete submissions may disqualify firms from government consideration for set-aside solicitations, in accordance with federal regulations, specifically Part 19 of the Federal Acquisition Regulation. Overall, the document serves as a preliminary step for the government to identify potential contractors for the security-related construction project.
    The document, likely a component of a government RFP or grant, details the specifications for unit masonry assemblies, specifically focusing on face brick. It outlines the required components, specifying that the face brick must be manufactured by Hanson Brick Company. The document further details three acceptable brick colors: 761 Light Grey Wire Cut, 763 Dark Grey Wire Cut, and 225 Red Wire Cut Iron Spot. All specified bricks must be of "Utility" size and conform to ASTM C216, Type FBS, Grade SW standards. The mortar color for all three brick types is mandated to be standard gray. This document serves to ensure consistent material quality and aesthetic standards for masonry work in a government-funded project.
    Lifecycle
    Title
    Type
    Similar Opportunities
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    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.
    Stringout Construction (Rehabilitation) at Ensley Engineer Yard (EEY).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Stringout Construction (Rehabilitation) project at the Ensley Engineer Yard (EEY) in Memphis, Tennessee. The project entails comprehensive construction work, including the removal of existing structures, installation of new steel floats and utilities, and the construction of a new connector bridge and electrical substation, divided into a base project and six options. This procurement is significant for maintaining operational capabilities at the EEY and will be conducted as an unrestricted procurement with a HUBZone Price Evaluation Preference, with a contract value estimated between $25,000,000 and $100,000,000. Interested parties can contact Jessica Lurry at Jessica.M.Lurry@usace.army.mil or Monica Pitchford at Monica.A.Pitchford@usace.army.mil for further details.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Facilities Acquisitions for Restoration and Modernization (FARM) III project, which involves commercial and institutional building construction in Coopertown, Tennessee. The procurement aims to finalize an updated Draft Statement of Work (SOW) and address industry questions to clarify project requirements, including contractor responsibilities for Integrated Scheduling, design compatibility with AutoCAD 2018 or later, and professional engineering services. This initiative is crucial for enhancing the operational capabilities of military facilities, ensuring compliance with energy and environmental standards, and facilitating efficient project execution. Interested contractors can reach out to Robert Mosley at robert.mosley.3@us.af.mil or Andrew Waggoner at andrew.waggoner.3@us.af.mil for further details and to review the attached documents for additional insights.
    Fence Repair BPA Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    Blount Avenue Channel Modification, Cleveland, Tennessee
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Nashville District, is seeking bids for the Blount Avenue Channel Modification project in Cleveland, Tennessee. This project aims to enhance flood risk management by modifying approximately 1,300 linear feet of channel along South Mouse Creek, involving tasks such as excavation, grading, hydroseeding, and riprap placement. The anticipated contract value is estimated between $500,000 and $1 million, with a performance period of approximately 365 days from the notice to proceed. Interested small businesses must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, with the solicitation expected to be released around July 11, 2025. For further inquiries, contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil.
    Level II Armed Guard Service - State of Tennessee
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking immediate armed guard services in response to the catastrophic tornadoes that struck Tennessee on March 31st and April 1st, 2023. The procurement aims to secure at least eleven federal facilities, including Joint Field Offices and Disaster Recovery Centers, which require a minimum level of security as mandated by DHS guidelines. This urgent need arises from the Federal Protective Service's inability to provide the necessary guard services due to resource constraints, particularly in rural areas where security options are limited. Interested vendors can contact Nicole L. Joseph at nicole.joseph@fema.dhs.gov or by phone at 470-416-9313 for further details on this sole source contract opportunity.
    CFLD Security Fence
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking a contractor for the removal and replacement of a security fence at the Cape Fear Lock and Dam 2 in Elizabethtown, North Carolina. The project involves installing an 8-foot commercial-grade galvanized chain link security fence with 3-strand barb wire, along with 6-foot removable chain link security fence panels, and requires adherence to strict specifications regarding materials and installation methods. This opportunity is a total small business set-aside, with an estimated construction magnitude between $25,000 and $100,000, and requires contractors to have a Level 1 Cybersecurity Maturity Model Certification, a North Carolina General Contractors License, and to submit both a Price Quote and Technical Proposal electronically by January 7, 2026. Interested parties should direct inquiries to Benjamin Rickman or Jenifer Garland via email, with questions due by December 29, 2025.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    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.