Aircraft Maintenance Hangar at CSL Comalapa, El Salvador
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, W074 ENDIST MOBILE, is soliciting proposals for the Design Build and Construction of an Aircraft Maintenance Hangar at CSL Comalapa, El Salvador. This project involves building a 2,800 m² hangar capable of supporting C-130 or P-8 aircraft, including administrative and storage spaces, and an additional parking apron. The estimated construction cost is between $25,000,000 and $35,000,000. Proposals are due by May 6, 2026, at 14:00 local time.
Scope of Work
The primary scope includes the construction of a single-bay aircraft maintenance hangar, associated site work, incidental paving, and the integration of small administrative and material/tool storage areas. An additional parking apron will be constructed to accommodate temporary aircraft parking and provide swing space for the existing apron. The project requires compliance with U.S. codes and standards, including Unified Facility Criteria (UFC) and Anti-Terrorist and Force Protection (AFTP) requirements, as well as coordination with U.S. and Host Nation authorities regarding installation access, immigration, and environmental concerns.
Key Requirements
- Hangar Construction: Single bay, 2,800 m² hangar capable of supporting C-130 or P-8 aircraft.
- Ancillary Spaces: Small administrative space and material/tool storage within the hangar.
- Apron Expansion: Additional parking apron space.
- Technical Specifications: Detailed requirements across various divisions including masonry, metals, wood, thermal/moisture protection, openings, finishes, specialties, fire suppression, plumbing, HVAC, integrated automation, electrical, communications, electronic safety/security, earthwork, exterior improvements, utilities, and transportation.
- Cybersecurity: Contractors and/or subcontractors must comply with Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) for all information systems processing, storing, or transmitting Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
Contract Details
- Contract Type: Firm Fixed-Price.
- Estimated Value: $25,000,000 - $35,000,000.
- Period of Performance: As indicated in Section 01 00 00 of the solicitation.
- Set-Aside: Unrestricted solicitation.
Submission & Evaluation
- Submission Method: Electronically via the U.S. Army Corps of Engineers Procurement Integrated Enterprise Environment (PIEE) website. Emailed submissions are not permitted.
- Proposal Due Date: May 6, 2026, at 14:00 local time.
- Evaluation Criteria: "Best Value" approach. Non-priced factors, specifically Past Performance (1st in relative importance) and Technical Approach (2nd in relative importance), combined are significantly more important than price.
- Site Visit: A site visit is scheduled for April 14, 2026, at 10:00 AM Local El Salvador time. Contact Rene Gil for details.
Important Notes
Offerors are advised that all references to the FAR and DFARS pertain to the new Revolutionary FAR Overhaul. Amendment No. 0001, posted April 1, 2026, revises specifications and drawings; offerors must review these enclosed revisions carefully. Prospective contractors must be registered in PIEE and SAM.gov. Contact Jillian Saffle at jillian.e.saffle@usace.army.mil or 251-441-5584 for primary inquiries.