Active SLED Opportunity · SOUTH CAROLINA · BEAUFORT COUNTY, SC
AI Summary
Beaufort County seeks a design-build team for a new 120x60 ft transient aircraft hangar at Beaufort Executive Airport. The project includes full design, engineering, procurement, and construction services. Proposals are due by May 8, 2026, with a pre-proposal meeting on April 22, 2026.
Beaufort County is soliciting qualifications and proposals from experienced progressive design‑build teams for the development of a new 120‑foot by 60‑foot clear‑span transient aircraft hangar at Beaufort Executive Airport (ARW). The project includes full design, engineering, pricing, procurement, construction, and closeout services required to deliver a complete, operational hangar facility.
The County seeks a design‑build partner capable of validating site conditions, evaluating structural and hangar door system options, collaborating on scope and cost refinement, and advancing the project efficiently from design initiation through construction. The selected team will deliver a durable, maintainable, and cost‑effective facility that supports transient general aviation operations and aligns with the Airport’s operational and development objectives.
Beaufort Executive Airport (ARW) continues to experience growth in general aviation activity, increasing the need for additional transient aircraft storage capacity. The County has identified a location on airport property suitable for a new hangar, and the site is expected to be pad‑ready upon contract execution. To ensure the facility is functional, maintainable, and compatible with existing airport infrastructure, the County is seeking a qualified design‑build partner capable of validating site conditions and delivering a clear‑span hangar that meets the Airport’s operational objectives.
The County is utilizing a progressive design‑build delivery method to allow early collaboration between the County, designer, and builder; to support system evaluations and constructability reviews; and to refine scope and pricing as design advances. This approach enables flexibility in identifying efficient structural and door system solutions, sequencing early work, and aligning project activities with available funding requirements.
A portion of project funding must be expended by December 31, 2026, and early eligible design and procurement activities may be required to support this deadline.
The County will evaluate:
• previous experience delivering design‑build aviation or comparable industrial facilities;
• experience with pre‑engineered metal buildings and clear‑span hangar structures;
• experience designing and installing large hangar door systems, including non‑hydraulic and alternative systems;
• proven ability to execute efficient, well‑sequenced project delivery;
• resumes and roles of key personnel.
Evaluation will include:
• understanding of the County's project goals and performance‑based requirements;
• approach to validating site conditions and integrating findings into design;
• understanding of pad‑ready site expectations and interface needs;
• proposed strategies for structural efficiency, material optimization, and maintainability;
In evaluating qualifications, the Airport may consider the respondent’s experience with hangar door solutions that minimize structural demands, provide dependable operation including manual or emergency backup capability, and perform effectively in coastal conditions with low long-term maintenance requirements.
The County will review:
• proposer’s progressive design‑build process;
• methods for collaborative scope development, cost refinement, and design iteration;
• integration of constructability reviews;
• communication and decision‑making protocols;
• approach to early‑phase work packaging and long‑lead procurement.
The County will evaluate the proposer’s ability to:
• begin promptly upon award;
• develop a logical and efficient project sequence;
• identify early eligible activities supporting required funding expenditure timelines;
• deliver a realistic schedule tied to design development and permitting needs.
The contractor certifies, by submission of this qualification statement or acceptance of a contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any State, Federal department, or agency.
It further agrees by submitting this qualification statement that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/bid.
CERTIFICATION BY CONTRACTOR
Regarding
NON-SEGREGATED FACILITIES
The Bidder certifies that he does not, and will not, provide and maintain segregated facilities for his employees at his establishments and, further that he does not, and will not, permit his employees to perform their services at those locations, under his control, where segregated facilities are provided and maintained. Segregated fountains, transportation, parking, entertainment, recreation, ad housing facilities; waiting, rest, wash, dressing, and locker room, and time clock, work, storage, restaurant, and other eating areas which are set apart in fact, or by explicit directive, habit, local custom, or otherwise, based on color, creed, national origin, and race. The Bidder agrees that, except where he has obtained identical certifications from proposed subcontractors for specific time periods, he will obtain identical certifications from proposed subcontractors prior to the award of subcontractors exceeding $10,000.00 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files.
The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. The penalty for making false statements is prescribed in 18 U.S.C. 1001.
To achieve a uniform review process and allow for adequate comparability, the information is to be organized in the manner specified below and the entire package must not exceed 15 double-sided printed pages excluding cover pages. Please include a cover page at the start of each section.
Please provide your complete pricing proposal.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.