SPECIAL NOTICE
99 -- NATO Business Opportunity: Construct Maintenance Hangar for Airborne Early Warning Aircraft and Provide Crash Fire and Rescue Station at Afyon Airbase
- Notice Date
- 6/24/2025 12:02:13 PM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- BUREAU OF INDUSTRY AND SECURITY
- ZIP Code
- 00000
- Solicitation Number
- ICB-Turkey-Afyon-Airbase
- Response Due
- 7/24/2025 2:00:00 PM
- Archive Date
- 07/31/2025
- Point of Contact
- Lee Ann Carpenter
- E-Mail Address
-
LeeAnn.Carpenter@bis.doc.gov
(LeeAnn.Carpenter@bis.doc.gov)
- Description
- The Ministry of National Defense of T�rkiye invites eligible companies to participate in bidding for the construction of a maintenance hangar for Airborne Early Warning (AEW) aircraft and the provision of a Crash Fire and Rescue Station at Afyon Airbase. To bid on this project, U.S. prime contractors must 1) maintain a professionally active facility (office, factory, laboratory, etc.) in the United States, 2) be pre-approved for participation in NATO International Competitive Bidding (ICB), and 3) be issued a Declaration of Eligibility (DOE) by the U.S. Government. In addition, personnel working on the project must hold a NATO RESTICTED level security clearance. The firm selection will be made based on the lowest acceptable bid. The reference for the project is ICB-Turkey-Afyon-Airbase and all correspondence in relation to the project should refer to this reference. PROJECT SUMMARY AND SCOPE 1) Maintenance Hangar Facilities The work to be done in this section includes the construction of a Maintenance Hangar, a Technical Units Building adjacent to the hangar, a Heating Center serving the Hangar Building, and a 1000 m� semi-buried reinforced concrete Water Depot. The characteristics of the buildings are provided below: a) Hangar Building: The building where the KC-46A or AWACS aircraft will be stationed is a steel structure with a total area of 3,634 m�, with dimensions L = 60.20 m, W = 60.35 m, and a height ranging from 15.00 m to 23.70 m. The building�s structural system consists of columns and beams made of 150-130 cm fabricated steel I-beams. The hangar floor will be 35.00 cm thick concrete, with approximately 160 cm of stabilized filling under the floor. The walls exterior suyrface of the hangar, the roof, and the fa�ade cladding are made of stone wool-filled galvanized sheet metal and sandwich panels. The hangar door, which is 60.00 m wide and 13.50 m high, is made of aluminum and opens in both directions with three wings on each side. The opening of the door can be operated manually or with motor-driven mechanisms. There is an upper-middle door, 10.00 m wide and 5.00 m high, which opens upward through hinges at a height of 13.50 m for the rear vertical wing of aircraft entering the hangar. To protect the main hangar doors when open, a U-shaped, covered reinforced concrete door protection section, 10.50 m long and 14.00 m high, will be constructed in the direction of the hangar entrance. Additionally, a minimum 35.00 cm thick, 30.00 m long and min.23.00 m wide connecting taxiway will be built between the existing apron and the new hangar to serve aircraft entry into the hangar. The technical units section to be built at the rear of the hangar building is a reinforced concrete structure with a construction area of 537.00 m�, measuring 50.65 m in length, 9.00 m in width, and 4.50 m in height. The building includes workshops, an operations room, WC-shower, changing rooms, and technical volumes. For the mechanical installation works of the maintenance hangar, the following systems are included: sanitary installations (domestic cold water, hot water system, hot water recirculation system), sewage system, fire protection equipment and installations (sprinklers, fire cabinets, above-ground fire hydrants, foam generators, portable fire extinguishers, fire-fighting water intake points, smoke exhaust units), heating system, VRF cooling system, exhaust ventilation system, compressed air system, and automation system for mechanical installations. The electrical installations in the facility will include lighting, socket installations, UPS, Data, Telephone, and TV installations, fire detection systems, sound announcement systems, camera systems, grounding system, and lightning protection system. A transformer kiosk will be installed for energy supply. b) Heating Center: The heating center, which will serve the maintenance hangar, has an area of approximately 460.00 m� and dimensions of 25.00 m in length, 18.00 m in width, and 5.00 m in height. The facility will be constructed as a reinforced concrete system. The building includes a heat center, office, WC, changing rooms, shower, compressed air system, fuel tank, electrical panel rooms, and a workshop. The mechanical installations in the facility will include 2 each heating boilers, 2 each burners, a diesel main fuel tank, a daily fuel tank, 3 each expansion tanks (1each for the system and 2 each for the boilers), a boiler, water softening device, soft water tank, air compressor, dryer, compressed air tank, collector, diesel fuel system, and an automation system for mechanical installations. The electrical installations in the facility will include lighting, socket installations, telephone, fire detection system, grounding system, and lightning protection system. c) 1000 m� Water Depot: The facility serving the Maintenance Hangar for AEW Aircraft will have two 500 m� water tanks and a technical volume containing pumps. The water depot has a length of 21.20 m, width of 25.05 m, and an average height of 7.80 m. The warehouse, with an area of 532.00 m�, will be constructed using reinforced concrete construction system.. The mechanical installations in the facility will include 1 each frequency converter hydrofor, 3 each main fire pumps, 1 each jockey pump with control panel, 2 each diesel fuel tanks, collector, valves, flow meters, relief valves, fire-fighting water intake point, The electrical installations in the facility will include lighting, socket installations, fire detection system, grounding system, and lightning protection system. 2) Crash Fire and Rescue Station: The crash fire and rescue station building consists of three sections, separated by expansion joints: the personnel-office section, the garage section, and the technical units section. The first section, the personnel-office section, is approximately 142.00 m�. This section includes a command room, alarm room, ready team room, fire equipment and dressing rooms, training and planning room, WC + shower, kitchen, and material room. The second section, the garage section, has a length of 28.80 m, a width of 14.10 m, and a height of 5.20 m. The section, covering approximately 407.00 m�, has a reinforced concrete column-beam supporting system and a steel roof structure. The third section, the technical volumes section, is approximately 210.00 m� and constructed with reinforced concrete. This section contains technical rooms, generator room, panel room, foam room, and material rooms. The mechanical installations in the crash fire and rescue station building include sanitary installations (cold water supply system: water tank + frequency converter hydrofor, hot water system: boiler + solar energy system + hot water recirculation system), solar energy system, sewage system, fire protection equipment and installations (fire cabinets, portable extinguishers), heating system with 2 each diesel fuel heating boilers, radiator system, hot air duct system, ventilation unit, heating battery system, boiler heating system, VRF cooling system, ventilation system (ventilation unit, heat recovery unit), exhaust ventilation system, diesel fuel system, and automation system for mechanical installations. The electrical installations in the crash fire and rescue station building include lighting system, power outlets system, UPS, data, telephone and TV installations, fire detection system, public address system, camera system, grounding system, and lightning protection system. A transformer kiosk will be installed for energy supply. As a field Works in all new facilities will include concrete connection roads with concrete pavements and road infrastructure, leak-proof reinforced concrete septic tanks for sewage system, clean water connections, reinforced concrete gallery system between the hangar and the heating center, foundation and surface drainage systems in the facilities, landscape arrangements, outdoor and field lighting, electrical and mechanical connections with old utilities. BECOMING ELIGIBLE TO BID NATO ICB requires that the U.S. Government issue a DOE for potential U.S. prime contractors interested in this project. Before the U.S. Government can do so, however, the U.S. Government must approve the U.S. firm for participation in NATO ICB. U.S. firms are approved for NATO ICB on a facility-by-facility basis. The U.S. NATO ICB application is a one-time application. The application requires supporting documentation in the form of 1) a company resume indicating contracts completed as a prime contractor and 2) an annual report or set of financial documents indicating compilation, review, or audit by an independent CPA. U.S. firms can download a copy of the U.S. NATO ICB application from the following website: https://www.bis.doc.gov/index.php/other-areas/strategic-industries-and-economic-security-sies/nato-related-business-opportunities The Department of Commerce (DOC) is the U.S. Government agency that approves NATO ICB applications. Please submit to the email address provided your application and supporting documentation (as attachments). If your firm is interested in a specific NATO ICB project at this time, please also include the following in the TEXT of your email: - the title and/or solicitation number of the project - the name/phone/FAX/email of the company employee who should receive the bid documents After approval of your one-time NATO ICB application, DOC will then know to follow up by issuing a DOE for the project. DOC will transmit the DOE to the NATO contracting entity. IMPORTANT DATES U.S. firms must request a DOE (and, for U.S. firms new to NATO ICB, submit the one-time NATO ICB application): 24 July 2025 Bid documents published (planned): Q3 2025 Bid Closing (estimated): Q4 2025 Contract Award (anticipated): end of Q1 2026 The work is planned to be completed within 500 calendar days.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18cf35911420443ba115885f2fc1521b/view)
- Place of Performance
- Address: TUR
- Country: TUR
- Country: TUR
- Record
- SN07486630-F 20250626/250624230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |