Opportunity

SAM #W9127S26BA002

Construction of F-35B Vertical Landing Pad and Taxiway at Fort Smith, Arkansas

Buyer

USACE Fort Worth District

Posted

April 16, 2026

Respond By

April 30, 2026

Identifier

W9127S26BA002

NAICS

237990, 238110, 237310

This opportunity seeks qualified firms for the construction of an F-35B Vertical Landing Pad and Taxiway at Fort Smith, Arkansas. - Government Buyer: - US Army Corps of Engineers, Fort Worth District - Scope of Work: - Construction of a single vertical landing pad for F-35B STOVL aircraft - Use of advanced high temperature concrete (HTC) and standard runway grade concrete - Construction of a taxiway connecting existing runways/taxiways to the new pad - Improvements to existing taxiways and shoulders - Installation of lighting, striping, drainage, and all required features - Requirements: - Firms must demonstrate experience with high temperature concrete mix design - Experience with airport runway/taxiway construction per UFC 3-260-02 and UFC 3-260-01 standards - Estimated Construction Value: - Between $5,000,000 and $10,000,000 - Period of Performance: - Estimated duration is 270 days - No specific OEMs or vendors are named in the notice - Place of Performance: - Fort Smith, Arkansas

Description

SOURCES SOUGHT NOTICE

W9127S26BA002

Ebbing RSAF F35B Vertical Landing Pad Fort Smith, Arkansas

This is a SOURCES SOUGHT notice; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow-up information requests. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the System for Award Management (SAM) It is the responsibility of potential offerors to monitor SAM for additional information pertaining to this requirement. Responses to the source sought will be utilized with other market research methods to establish the planned acquisition strategy.

The US Army Corps of Engineers, Fort Worth District is issuing this source sought synopsis as a means of conducting market research to determine if Small Business and Large Business firms are available to support the requirement for a Firm Fixed-Price, Design- Bid-Build, F-35B Vertical Landing Pad and Taxiway at Fort Smith, Arkansas. Anticipated solicitation of October 2026.

Summary of Work:

Construct an F-35B Vertical Landing Pad and Taxiway. The project consists of a single vertical landing pad (VLP) to support the F-35B short take off vertical landing (STOVL) aircraft.  The pad will consist of a combination of advanced high temperature concrete (HTC) material and standard runway grade concrete. A taxiway connecting existing runways and taxiways to vertical landing pad will also be constructed and existing taxiways and shoulders will be improved as part of this project.  Project includes the construction of lighting, striping, drainage, and all other applicable features to meet the requirements of the project.

In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is Between $5,000,000 and $10,000,000.

Estimated duration of the project is 270 days.

North American Industry Classification System (NAICS) code for this procurement is 237310, small business size standard of $45,000,000.

Product Service Code (PSC) - Y1BD, Construction of Airport Runways and Taxiways

Request for Information:

Firm’s name, address, point of contact, phone number, Unique Entity Identifier  and e-mail address. Firm’s interest in bidding on the solicitation when it is issued. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. Do you have experience with high temperature concrete mix design and placement, IAW UFC 3-260-02 Pavement Design for Airfields? If so, please provide the Government with a brief explanation of the project(s). Do you have experience with airport runway and taxiway projects, IAW UFC 3-260-01 Airfield and Heliport Planning? If so, provide a brief explanation of the project(s). Firm’s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).

Firm response to this Notice shall be limited to 5 pages and shall include the following information:

Interested Firms shall respond to this Notice no later than 30 April 2026. Email your response to Markeith Berry at markeith.j.berry@usace.army.mil and Christopher R. Preston II at christopher.r.preston@usace.army.mil.

EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.

View original listing