Opportunity

SAM #W50S76-26-B-A002

Hangar Retrofit and Renovation at 136th Airlift Wing, NAS JRB Fort Worth

Buyer

U.S. Army National Guard

Posted

May 15, 2026

Identifier

W50S76-26-B-A002

NAICS

238220, 236220

This opportunity involves the retrofit and renovation of an existing fuel cell hangar for the Texas Air National Guard at the 136th Airlift Wing, NAS JRB Fort Worth. - Government Buyer: - Texas Air National Guard, W7N2 USPFO ACTIVITY TXANG 136 - OEMs and Vendors: - Carrier (specified for HVAC chiller system) - Products/Services Requested: - Hangar extension to accommodate larger aircraft - Replacement of legacy foam fire suppression system with a modern water system - Reconfiguration of internal support, safety, and support systems - Installation of Carrier HVAC chiller system (brand name required for compatibility) - Unique/Notable Requirements: - Carrier HVAC chiller system is sole source/brand name for compatibility - Compliance with limitations on subcontracting - Set aside for small businesses under NAICS 236220 - Place of Performance: - 136th Airlift Wing, Naval Air Station Joint Reserve Base, Fort Worth, Texas - Contracting Office: - W7N2 USPFO ACTIVITY TXANG 136, Fort Worth, TX - No specific part numbers or product quantities provided

Description

The Texas Air National Guard intends to issue an Invitation for Bids to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the renovation and retrofit of an existing fuel cell hangar located at the 136th Airlift Wing, Naval Air Station Joint Reserve Base, Fort Worth, Texas. The work to be performed includes, but is not limited to, extension of the existing hangar structure to accommodate a larger aircraft, replacement of the legacy foam fire suppression system with a modern water system, and reconfiguration of the associated internal support, safety, and support systems.Carrier HVAC chiller system is sole source/brand name specific for compatibility with existing installation systems (noted justification will be included with solicitation).The contract duration will be 545 calendar days after notice to proceed to include inspection and punch list. This project is set-aside 100% for Small Business. The North American Industry Classification System (NAICS) Code is 236220, with a small business size standard of $45,000,000. The magnitude of construction is between $8,000,000 and $13,000,000. This action is being procured as commercial construction in accordance with RFO FAR Part 12 RFO FAR part 14.The tentative date for issuing the solicitation is on-or-about 01 June 2026. The tentative date for the pre-bid conference is on-or-about 12 June 2026, 09:00 AM local time, location and official time and date to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted via email to lisa.m.burns40.civ@army.mil and fletcher.weems.3@us.af.mil.The bid opening date is tentatively planned for on-or-about 01 July 2026. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration).The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov.Your attention is directed to RFO FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008, Revision 1), LIMITATIONS ON SUBCONTRACTING, which states ?By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor?s 85 percent subcontract amount that cannot be exceeded.?.In accordance with RFO FAR 36.101-4, the following information is provided:(1) The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at RFO FAR 43.304, RFO DFARS 243.304 and RFO AFARS 5143.304.(2) Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available but will be compiled and provided in future announcements.DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror?s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror?s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. Additional Links:Department of Defense Procurement ToolboxPIEE Solicitation Module Link for W50S76-26-B-A002Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module

View original listing