Navigate the lattice: hubs for browsing, trends for pricing signals.
This is a sources sought announcement; a market survey for information only to be used for preliminary planning purposes. The purpose of this synopsis is to gain knowledge of potential sources for this project including interested small business sources. This notice is for planning purposes only. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. All interested parties should respond.
The 145th Airlift Wing intends to issue a solicitation and award a firm-fixed price contract to construct a Security Forces Operations facility utilizing conventional design and construction methods to accommodate the mission of the facility. Facilities will be designed as permanent construction in accordance with the Department of Defense (DoD) Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and Base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism / force protection (AT/FP) requirements per UFC. This work will take place in Charlotte, NC. Work shall include site grading, site utilities, site paving, fencing, and fire protection. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria.
The magnitude of this project is between $5,000,000 and $10,000,000. All interested concerns will provide this office, in writing, the following information no later than Wednesday, 4 February 2026, 4:00 pm EST.
This information shall not exceed five (5) typed pages and must include the following:
(1) Positive statement of intent to bid as a prime contractor;
(2) Completed and signed Source Sought Information Request Form;
(3) Listing of projects with similar scope completed during the past five years, either for government or private industry. The type of project, dollar value, contract number, location, and point of contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor.
(4) Brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract.
In the event a sufficient number of small business contractors are not available for adequate competition for this project, it may be advertised as unrestricted. Information shall be provided via email to: SMSgt Bryant Alexander at
Bryant.Alexander@us.af.mil or Capt Scott Thomas at Scott.Thomas.53@us.af.mil. Include the following in the subject line: Sources Sought W50S87-26-Q-5001.
When posted, the synopsis/pre-solicitation notice and resulting solicitation number will be W50S87-26-B-5001. Facsimile responses will NOT be honored.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.