Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2026 SAM #8857
SOURCES SOUGHT

99 -- 80,000 SF Hangar - Richmond Virginia Area

Notice Date
2/23/2026 9:01:40 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
FBI-JEH WASHINGTON DC 20535 USA
 
ZIP Code
20535
 
Solicitation Number
15F067-CDFHangar
 
Response Due
3/31/2026 2:00:00 PM
 
Archive Date
04/15/2026
 
Point of Contact
Robert Bass
 
E-Mail Address
rmbass@fbi.gov
(rmbass@fbi.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Sources Sought Notice � Aviation Hangar Space, Richmond, VA Metropolitan Area 1. General Information Notice Type: Sources Sought / Market Research NAICS Code: 531120 � Lessors of Nonresidential Buildings Location: Richmond, VA Metropolitan Area (including on?airport and airport?adjacent properties) Response Date: [Insert Date] 2. Introduction & Disclaimer The Federal Bureau of Investigation (FBI) is conducting market research to identify potential sources capable of providing a leasehold interest in aviation hangar and mission?support space. This notice is issued solely for information and planning purposes and does not constitute a solicitation, commitment, or promise of future action. Responses are requested in accordance with FAR 15.201(e). 3. Description of Requirement The FBI anticipates a requirement for approximately 80,000 square feet of secure aviation hangar and support space within the Richmond, VA metropolitan area. The Government will consider: Existing aviation hangars Facilities that can be modified to meet requirements New construction or build?to?suit development on suitable airport or airport?adjacent property Critical Aircraft Accommodation Requirements The facility must be capable of supporting simultaneous ingress, egress, and storage of the following aircraft: Two (2) Boeing 757?200 aircraft Two (2) Gulfstream G550 aircraft Minimum engineering and operational requirements include: Clear Height: Minimum clear hangar door height of 46 feet Door Width: Minimum clear opening width of 135 feet Floor Loading: Reinforced flooring capable of supporting a Maximum Taxi Weight (MTW) of 256,000 lbs or higher as required Operational Access: Direct, non?delayed access to an active taxiway or equivalent aircraft movement area Airfield Operational Requirements To support continuous federal aviation operations, the proposed location must provide: Runway Length: Access to a runway with a minimum usable length of 9,000 feet (or the length you specify based on your white paper) 24/7/365 Airfield Access: Unrestricted, continuous access to the runway and taxiway system at all times, including nights, weekends, and federal holidays 24/7/365 Air Traffic Control (ATC): Continuous tower operations or equivalent air traffic services supporting federal aircraft movements at any hour (These requirements are mission?driven and do not reference any specific airport or operator.) 4. Development Options The Government will evaluate: Existing Facilities: Hangars currently available or capable of modification New Construction: Respondents must demonstrate the ability to secure necessary property rights, development authority, or airport approvals to construct aviation?use facilities 5. Information Requested from Respondents Interested parties should submit a capability statement addressing: Property Control: Evidence of ownership, leasing rights, development rights, or ability to obtain such rights for aviation?use property Facility Status: Indicate whether the proposed solution is existing space, modified space, or new construction Technical Capability: Demonstrated experience developing, operating, or managing large?frame aircraft hangars or comparable aviation facilities Entity Information: Company name, Unique Entity ID (UEI), business size, and socio?economic classification 6. Submission Instructions Submit responses via email to Robert Bass, Leasing Contract Officer, at rmbass@fbi.gov by March 31, 2025, 5:00pm EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c623a13500a84772ac558793b2fc7875/view)
 
Place of Performance
Address: Richmond, VA, USA
Country: USA
 
Record
SN07724611-F 20260225/260223230042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.