Skip to content
Department of Energy

Hanger Remodel

Solicitation: INL-26-031
Notice ID: 77245b17403b489089351ea53316419b
TypeSources SoughtDepartmentDepartment of EnergyStateIDPostedFeb 25, 2026, 12:00 AM UTCDueSep 05, 2026, 05:59 AM UTCCloses in 192 days

Sources Sought from ENERGY, DEPARTMENT OF • ENERGY, DEPARTMENT OF. Place of performance: ID. Response deadline: Sep 05, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$2,211,585,752
Sector total $2,211,585,752 • Share 100.0%
Live
Median
$319,551
P10–P90
$27,470$10,024,650
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($2,211,585,752)
Deal sizing
$319,551 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for ID
Live POP
Place of performance
Idaho Falls, Idaho • 83415 United States
State: ID
Contracting office
Idaho Falls, ID • 83415 USA

Point of Contact

Name
Chase Egbert
Email
chase.egbert@inl.gov
Phone
Not available

Agency & Office

Department
ENERGY, DEPARTMENT OF
Agency
ENERGY, DEPARTMENT OF
Subagency
BATTELLE ENERGY ALLIANCE–DOE CNTR
Office
Not available
Contracting Office Address
Idaho Falls, ID
83415 USA

Description

INTRODUCTION

Battelle Energy Alliance, LLC (BEA) Management & Operating Contractor of the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking an Expression of Interest (EOI) from qualified vendors to provide remodeling services for the hangar located at TAN-629. This initiative supports BEA’s commitment to maintaining functional and modernized facilities for operational efficiency and safety.

BACKGROUND

The TAN-629 hangar requires a comprehensive remodel to improve structural integrity, functionality, and compliance with current standards. The scope of work may include the following:

  • Demolition and removal of outdated interior and exterior components.
  • Structural modifications and upgrades as required by design specifications.
  • Installation of new finishes, doors, and mechanical/electrical systems.
  • Compliance with applicable DOE, safety, and building codes.
  • Coordination with BEA engineering and operations teams throughout the project.

INL is a U.S. Department of Energy (DOE) national laboratory dedicated to nuclear energy, national security, and clean energy innovation. INL is operated under a management and operating contract with the Department of Energy and as such, the Davis-Bacon Act applies for contracts in excess of $2,000 for the construction, alteration, or repair (including painting and decorating) of buildings or works at INL. Construction work at the laboratory Site covered under the Davis-Bacon Act is additionally subject to the INL Site Stabilization Agreement (SSA). These Site areas include all areas within the 890-square mile boundary, including the Material and Fuels Complex, Central Facilities Area, Advanced Test Reactor, Radioactive Waste Management Complex, and Specific Manufacturing Capability. The agreement is between signatory contractors and labor unions performing such work. Information regarding the INL Site Stabilization Agreement is available from the Site Labor Coordinator at (208) 524-4404 or at lance@sitelabor.org. Construction work performed at Idaho Falls facilities is not subject to these agreements.

PROCESS

This EOI is the first step in identifying interested and qualified vendors. Responses may be used to inform the development of a formal solicitation list. Selected vendors may be invited to participate in a Request for Proposal (RFP) process for award consideration.

SUBMITTAL REQUIREMENTS

Interested vendors should submit an Expression of Interest that includes the following:

  • Company name and point of contact
  • Description of relevant hangar remodel capabilities and experience
  • NAICS codes and business size classification
  • Any existing DOE or federal contracting experience (if applicable)

Deadline for submission: September 4, 2026
Submit to: Chase.Egbert@inl.gov

Only select respondents, as determined by BEA, will receive an invitation to participate in the anticipated RFP solicitation.

PROPRIETARY INFORMATION

Because information received in response to this EOI may be business sensitive or proprietary to the responding party, respondents must mark information in their responses accordingly.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.