Design/Bid/Build - Repair Alpha Apron, Taxiways Alpha, Bravo, Charlie, Delta, Echo and Warm Up Pad, Wake Island Airfield
Classification
- Invitation/Solicitation of Bids: FAR 14.2
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z2AZ
- NAICS Code: 237310: Highway, Street, and Bridge Construction
- Place of Performance: Wake Island
Project Title: Repair Alpha Apron, Taxiways Alpha, Bravo, Charlie, Delta, Echo and Warm Up Pad
Description:
The Air Force Installation Contracting Center (AFICC)/772nd Enterprise Sourcing Squadron (ESS) and Air Force Civil Engineer Center (AFCEC) is seeking qualifications of potential sources including small businesses who have experience as noted below, and are interested in this project.
The purpose of this sources sought is to locate firms that are experienced with mill and overlay, and full-depth repair and replacement of Hot Mix Asphalt (HMA) airfield pavement (taxiway, runway, or parking apron) on remote islands and DoD installations. Particularly, AFICC and AFCEC are seeking firms familiar with mill and overlay and full-depth repair and replacement of airfield pavement (taxiway, runway, or parking apron) at Wake Island and/or other remote islands with complex logistics requirements.
As a result of this sources sought, the Air Force intends to solicit a Single, Firm Fixed Price (FFP), Stand-Alone C Contract through the FAR Part 14 Invitation for Bid process. The low bidder will be asked to complete a Pre-Award Survey for the Air Force to determine Responsibility in accordance with FAR 9.104-1. In this evaluation, the Air Force will evaluate the Bidder’s capability as it relates to their organizational structure, specific experience of the firm and its key personnel with full depth repair of airfields, as well as past performance and financial responsibility. The low bidder must be determined to be responsible in all these areas, for the Air Force to make an award. This sources sought seeks contractor capabilities in these areas, to be able to determine the most appropriate acquisition strategy for this major construction project.
The Government will evaluate responses to sources sought and determine if a Small Business (SB) set-aside or any of the targeted socio-economic programs (HUB Zone, 8(a) Small Business, Service-Disabled Veteran Owned Small Business, or Women Owned Small Business), is appropriate for this FFP contract. Therefore, AFICC/772 ESS is seeking input from industry to assist in establishing the most logical acquisition strategy.
FAR 52.219-14 Limitations in Sub-Contracting requires the Prime Contractor to perform 15 percent of the work. If this contract solicitation is 100 percent set aside for Small Business or other socio-economic category, similarly situated entities (i.e. other Small Businesses, or other socio-economic category) can team with the Prime Offeror to ensure the 15 percent minimum self-performance is met.
SCOPE OF WORK
Project Location: Wake Island Airfield (WIA)
Project Description:
Provide all labor, materials, and equipment to repair deteriorated Asphalt Concrete (AC) pavement by partial-depth replacement and repair associated airfield lighting system as a Design-Bid-Build project to Repair Alpha Apron, Taxiways Alpha, Bravo, Charlie, Delta, Echo and Warm Up Pad (FAC 5010, 5005), Wake Island Airfield, Project Number YGFZ180005.
AIRFIELD PAVEMENT
AC pavement repair includes a 3-inch mill and overlay on Alpha Apron, Taxiways Alpha, Bravo, Charlie, Delta, Echo, Warm Up Pad, and the airfield shoulders. Additionally, there is a swell located at the runway threshold where the AC pavement, underlying material, and buried metal object will be removed at the swell location and replaced with a full-depth pavement patch. A full-depth AC pavement repair will be performed at the high-severity swell. Excavation will require ordnance avoidance techniques, and dewatering is anticipated as the object may be at or below the water table. Until confirmed otherwise, the object will be assumed to have been used for petroleum products, waste oils, or hazardous wastes storage and must be handled in accordance with environmental and safety regulations. This will require the Contractor to have all labor and safety measures in place once excavation begins.
AIRFIELD LIGHTING
Existing taxiway edge lights impacted by AC pavement repair will be removed and replaced with new lights. Some existing runway edge lights will be removed to facilitate AC pavement repair and reinstalled at their current location to maintain consistent spacing along the runway. Existing guidance signs adjacent to the AC pavement repair will be removed, and new signs installed. Taxiway edge lighting circuitry will be replaced.
PAVEMENT MARKINGS
Airfield pavement markings impacted will be remarked in accordance with UFC 3-260-04. Rubber removal will be performed, and new pavement markings installed on the runway.
The Period of Performance is estimated at 730 calendar days. The Magnitude of Construction is between $50,000,000 and $150,000,000. All interested parties should respond to this survey via email by Monday, April 14, 2025 by 11:00 AM Central Standard Time.
RESPONSE REQUIREMENT:
Please include the following in your response:
- Complete Attachment 1 to provide specific information about your firm.
- Identify your firm’s bonding company showing current single and aggregate performance and payment bond limits. Note that the surety must be on the Department of the Treasury's Listing of Approved Sureties in accordance with FAR 28.202 “Acceptability of corporate sureties.”
- PRIME OFFEROR’S KEY PERSONNEL/ORGANIZATIONAL STRUCTURE: Provide a narrative of your firm’s Key Personnel/Organization Structure:
- Prime Offeror Key Personnel:
- Identify the Prime Offeror’s capabilities to provide key personnel and roles critical to the management and execution of this project, including but not limited to Project Manager, Superintendent, Quality Control Manager, Safety Officer, and any other essential roles that have the experience in projects similar in size, scope, and complexity, as defined in paragraph 4. Be sure to provide enough information for the Government to understand your firm’s key personnel capabilities as it relates to the size, scope, and complexity defined in this document.
- Include a brief description of each individual's anticipated responsibilities and relevant qualifications or experience. Do not exceed a total of four (4) pages for this key personnel response.
- Prime Offeror Organizational Structure:
- Provide a narrative, not to exceed one (1) page, that describes the Prime Contractor’s corporate structure. The purpose of this request is to inform the Government that your firm has adequate and experienced Corporate Oversight, to include Corporate Quality Control, Corporate Safety, and overall Corporate Management of major Design-Bid-Build and Design-Build construction projects.
- Include any subcontractor management strategies, if applicable, to demonstrate your approach to integrating multiple stakeholders for efficient project execution.
- PRIME CONTRACTOR EXPERIENCE:
Interested construction firms must provide at least one (1) but not more than three (3) example projects (of no more than one page per project) with either greater than 50 percent completion or projects completed in the past ten (10) years (07 April 2015) where the interested firm served as the Prime contractor. Each project must include the project title, location, project value, and brief description of the construction performed. Examples should highlight projects similar in size, scope, and complexity to the project described in this sources sought. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope to this Wake Island Repair Alpha Apron, Taxiways Alpha, Bravo, Charlie, Delta, Echo and Warm Up Pad.
-
- Projects similar in size, scope, and complexity include: Design-Build or Design-Bid-Build construction project that included mill and overlay and full-depth repair and replacement of airfield pavement (taxiway, runway, or parking apron) and meeting the following:
- Contract Value over $25,000,000
- Similar airfield projects included 50,000 SY or greater of new or reconstructed Hot Mix Asphalt (HMA) airfield pavement constructed to DoD Unified Facilities Guide Specifications (UFGS) specification.
- Similar airfield project included construction of airfield lighting in accordance with UFGS specification.
- Similar airfield projects that were located on a DoD installation or FAA-regulated airfield, primarily sited within the airfield perimeter, and the scope was primarily horizontal infrastructure. Project included work around/within active aircraft operations areas, necessitating the need for a Temporary Airfield Construction Waiver, and daily coordination with Airfield Management and associated security requirements.
- Similar projects must include construction experience at Wake Island or other remote DoD installation on an island and that requires all materials and equipment to be transported by barge and/or air cargo to the project site; construction and/or operation of a man-camp facility to provide lodging for construction personnel; and staffing a construction crew of 20 to 50 personnel in a remote island that is only accessible through a Government rotator or through private chartered flights.
-
- Based on definitions above, for each project submitted include:
- Current percentage of construction complete and the date when it was or will be completed.
- Size of the project (total length of utility infrastructure, acres of construction site work, etc.)
- Scope of the project.
- The dollar value of the construction contract.
NOTE: Please only include a narrative of the requested information; additional information will not be reviewed.
Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.
Email responses and any questions to samuel.mendez@us.af.mil and sakiena.smith@us.af.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this source sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.
NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.
All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.
We recommend beginning the registration process immediately in order to avoid delay of any contract awards should your firm be selected.
Attachments/Links
Attachments or links have been added to this opportunity.
Contact Information
Contracting Office
- 772d Enterprise Sourcing Squadron
Primary Point of Contact
- Samuel L. Mendez II at samuel.mendez@us.af.mil
Secondary Point of Contact
- Sakiena Smith at sakiena.smith@us.af.mil