Asphalt Paving: Mill & Overlay Airfield Pavement
ID: W50S8F-24-R-0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NP USPFO ACTIVITY NJANG 177EGG HARBOR TOWNSHIP, NJ, 08234-9500, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS (Z2BD)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense requires asphalt paving and overlay services for the active airfield at Atlantic City International Airport, New Jersey. The work involves milling and overlaying asphalt across two locations on the runway, totaling approximately 35,000 square feet.

    This project is a small business set-aside, falling under the NAICS code 237310 for Highway, Street, and Bridge Construction, with a projected value between $100,000 and $250,000. Bidders must provide performance and payment bonds for contracts above $150,000. The solicitation, W50S8F-24-R-0002, seeks a firm-fixed price contract for the following scope of work:

    • Milling two inches of asphalt pavement across the designated areas.
    • Providing all necessary resources, supervision, and materials for the overlay of a new asphalt layer, adhering to strict specifications and regulations.
    • Adhering to a 90-calendar day completion deadline, attending a pre-proposal conference, and submitting a detailed proposal in accordance with the SF1442 form.
    • Fulfilling key personnel requirements, including strict security clearances and daily Foreign Object Damage (FOD) sweeps.
    • Collaborating closely with the New Jersey Air National Guard and airport staff.

    Eligible bidders should possess expertise in aviation construction, with a strong emphasis on safety and quality. The evaluation of offers will prioritize past performance on relevant projects and the ability to meet stringent requirements, followed by price reasonableness. The submission deadline is August 9, 2024.

    Interested parties should contact MSgt Kirk E. Sherry or Ms. Johanna Paz for further clarification. The government encourages small businesses to apply and has provided detailed instructions and requirements for a successful submission.

    Point(s) of Contact
    Files
    Title
    Posted
    The 177th Fighter Wing seeks a contractor for a pavement improvement project at Atlantic City International Airport's active airfield. The work involves milling two inches and overlaying asphalt to a depth of two inches across approximately 35,000 square feet at two locations on the runway. The project has a 90-day performance period, with key personnel requirements and strict security and access protocols due to the active military site. Contractors must attend a pre-proposal conference and submit questions by August 1st, with proposals due August 9th. Evaluation criteria weigh past performance heavily over price. The project requires daily FOD sweeps to ensure aviation safety. Contractors must provide their own equipment and facilities, including sanitary amenities and a site office trailer. Access to the site is restricted, with escorted movements within the base. Key positions, including the site superintendent, must be filled by the contractor's employees. A bid guarantee is necessary for proposals over $150K, along with payment and performance bonds for contracts above the same threshold. Offerors should provide a clear, detailed proposal adhering to the SF1442 form and its specifications.
    The government agency has issued an amendment to a previous solicitation. This modification extends the deadline for receiving offers, emphasizing the importance of contractors acknowledging receipt of the amendment. The original solicitation likely involved a complex procurement process, and this extension provides contractors with additional time to submit their offers. The core of the initial solicitation remains unchanged, indicating that the core requirements and objectives remain intact. Contractors should refer to the original solicitation and amendment when preparing their responses, paying close attention to the extended deadline.
    The pre-bid meeting and site visit attendance record is for a significant defense contract, titled AQRC 222011 - Mill & Overlay Airfield Pavements. The contract, numbered W50S8F-24-R-0002, aims to procure services for milling and overlaying airfield pavements at a military base. The meeting is a precursor to the main event, where potential bidders can clarify requirements and expectations. The document provides contact details for key personnel and represents a crucial step in the procurement process, fostering transparency and communication.
    The primary objective of this procurement is to hire an external party to re-stripe the airfield markings. The agency seeks a professional and precise service provider specializing in aviation marking installations. The scope entails removing existing markings and repainting them according to precise specifications and FAA regulations. Markings include centerlines, edge lights, and other visual aids, with specific emphasis on high-visibility materials. The project requires a thorough understanding of aviation safety and adherence to strict quality standards. Offerors should expect a thorough evaluation based on their ability to meet the technical requirements, past performance, and price. The agency emphasizes the importance of a comprehensive safety plan and the utilization of experienced personnel. The contract is estimated at $600,000 to $800,000 and will be awarded by the end of September 2024. Interested parties should submit their proposals by August 15, 2024, to be considered.
    The 177th Fighter Wing Solicitation W50S8F-24-R-0002 seeks to contract airfield pavement services for the military base. The primary focus is on asphalt milling and overlay, with specific attention to mobilization and de-mobilization requirements. Offerors should provide a lump sum price for these services, including asphalt milling, pavement, and striping layout and installation. The solicitation also emphasizes the importance of adhering to the SF 1442 form for submitting total proposal values. Companies interested in bidding must provide their SAM UEI, federal tax ID, and contact details, with signatures from an authorized representative. Price schedules and contact information are required, while the evaluation criteria and key dates are not explicitly mentioned. The solicitation aims to award a contract for the milling and overlay of airfield pavements, with the main emphasis on the expertise and pricing of the services offered.
    The 177th Fighter Wing seeks a contractor for the rehabilitation of damaged airfield asphalt pavements at Atlantic City International Airport, New Jersey. The project involves milling and overlaying asphalt on arming and disarming pads, with restoration of pavement markings post-construction. Offerors are required to attend a mandatory pre-proposal conference and site visit for briefing and clarification. Proposals, divided into two volumes, must include pricing details and technical approaches. The first volume encompasses the SF1442 form, bid bond, and other certifications, while the second contains technical and price proposals. Submissions must be made in hard copy and digital formats, with a firm fixed-price bid. Critical dates include the pre-proposal conference on July 26, 2024, and the proposal submission deadline of August 1, 2024. The government seeks a small business contractor for this project, estimated between $100,000 and $250,000 in value.
    The government seeks a firm to undertake milling and paving work for airfield pavements as part of a larger infrastructure project. The solicitation, W50S8F-24-R-0002, emphasizes that past performance is a key evaluation criterion, with a strong emphasis on recent, relevant experience as a prime contractor. Offerors must submit information for evaluation by the Past Performance Questionnaires deadline. Price is the secondary criterion, with the government seeking firm-fixed prices for the contract. The solicitation specifies that the price must be evaluated for reasonableness, with caution against unreasonably low or high quotes. The government reserves the right to clarify or request more information on the pricing without entering into discussions with the offerors. It's emphasized that submitting the best price up front is beneficial, as the intention is to award a single firm-fixed-price contract without formal discussions. The evaluation process gives significant weight to past performance, while price is considered secondary. The deadline for submission and the project's anticipated timeline are critical factors in the evaluation process.
    The government agency seeks to procure information about an offeror's past performance on relevant contracts. This is a crucial step in evaluating the offeror's capability and reliability. The agency requires the offeror to provide details about their involvement in previous projects, including contract information, project description, and client details. The past performance reference questionnaires are designed to gather specific ratings and comments about the offeror's quality of work, timeliness, customer satisfaction, management, financial stability, and overall performance. The information provided will help the agency assess the offeror's likelihood of success in delivering the required services, with the goal of selecting a reliable and competent contractor. The offeror is responsible for completing the initial sections, while the client completes the remaining parts, providing an evaluation of the offeror's performance. This process aims to ensure a thorough assessment of the offeror's past experience and competence.
    The New Jersey Air National Guard is seeking to rehabilitate damaged asphalt pavements at its 177th Fighter Wing's airfield in Egg Harbor Township. The project, named AQRC 222011, involves milling and overlaying a two-inch layer of existing asphalt across arming and disarming pads located near the runway at Atlantic City International Airport. Successful contractors will be responsible for providing all necessary resources, including management, supervision, materials, and equipment, to achieve the project's goals. They must adhere to strict safety, environmental, and access requirements within the secure military facility. The work is expected to take 90 calendar days and will involve close coordination with the client. Contractors must attend a pre-construction meeting and provide detailed progress reports, material cost breakdowns, and a CPM construction schedule. They are also required to submit safety and HAZMAT plans and adhere to strict environmental regulations for waste management. The RFP specifies that contractors must verify all measurements and quantities required for the project. Key dates include a pre-construction meeting to be held 21 days before fieldwork commences, and the project's targeted completion within 90 days of the contract award. It's important to note that all personnel require background checks and base access approval. The evaluation of proposals will likely focus on the contractor's ability to meet the detailed requirements, deliver a high-quality asphalt overlay, and adhere to the stringent security and environmental guidelines. Cost and timeline considerations are also likely to be critical evaluation factors.
    The objective of this procurement is to carry out maintenance and repair work on asphalt pavement across two locations, focusing on cold milling and resurfacing techniques. The primary goal is to reduce vehicle damage costs, extend pavement life, and lower lifecycle maintenance expenses. For the cold milling process, the contractor will remove a specified thickness of the asphalt surface, which will be recycled into new pavement. The contract includes a lump-sum payment for milling both sites and emphasizes the need for a dry working environment. The resurface layer must be applied according to detailed specifications, using hot mix asphalt (HMA). The HMA is required to meet specific performance standards and will be compacted using power rollers. Part of the procurement also involves the application of pavement markings, including lines, numbers, letters, and symbols, on airfield pavements. The markings must be reflectorized and conform to federal standards for color and reflectivity. Contractors must provide a certified list of application equipment and ensure that all materials used meet volatile organic compound (VOC) regulations. The contracting party will be selected based on their qualifications and experience, with particular attention to their ability to operate in an airfield environment safely and efficiently. The evaluation of proposals will prioritize the competency of personnel and the overall quality of the proposed equipment and materials. Key dates include the submission deadline for proposals and the expected project timeline, which shows a prompt commencement of work after contract award, aligning with the client's requirements.
    The procurement objective of this government RFP pertains to enhancing airport safety and efficiency by improving taxiway and apron markings, along with associated infrastructure upgrades. The focus is on enhancing taxiway centerlines, edge stripes, and non-movement area boundaries, with specific dimensions and reflective specifications detailed. Apron centerline markings, nose wheel stop bars, and reference markings are also outlined, emphasizing the need for clear aircraft guidance. Additionally, the plan involves installing low-profile barricades with flashing lights for enhanced safety during taxiing. Engineering firms are being sought to execute these aviation improvements, with a requirement for professional engineers to seal the drawings. The scope includes site preparation, pavement work, and the application of high-visibility markings, aligning with FAA standards. Contractors will collaborate with the New Jersey Air National Guard and airport operations teams to ensure accurate placement of critical markings. Key dates include the submission deadline, which has been set for a few weeks from now, while project completion is targeted for the beginning of the next fiscal year. The evaluation of proposals will prioritize cost-effectiveness, quality of engineering, and past performance in aviation projects. Overall, this procurement seeks to enhance the navigational safety and visual guidance of aircraft operations at the Atlantic City International Airport, improving the airport's efficiency and aligning with federal aviation regulations.
    The primary objective of this procurement is to obtain construction services for mill and overlay airfield pavements, focusing on ensuring quality and timely submissions from the contractor. The file details numerous required submissions, organized into two sections. The first, to be completed by the project engineer, encompasses various forms, plans, and reports, including safety and quality control plans, project schedules, progress reports, and field test reports. The second section, for the contract administrator, requires submissions such as certifications, manufacturer warranties, operation instructions, and asphalt submissions, with each submission addressing specific contract reference items. The file also includes a schedule of key dates, emphasizing the timely delivery of these submissions, which are vital for assessing compliance and progress.
    The file contains a wage determination for various types of construction projects in specific counties in New Jersey. It outlines prevailing wage rates and benefits for different construction classifications, including bricklayers, cement masons, carpenters, and electricians, across multiple counties. These rates are applicable to contractors and workers on specified construction projects, primarily focusing on highways and encompassing various tasks from pile driving to electrical work. The document also outlines paid holidays and leave entitlements, along with corresponding eligibility criteria. Additionally, it provides an appeals process for challenges related to wage determinations, involving multiple stages of review within the Department of Labor. The stated objective is to ensure compliance with prevailing wage laws, outlining specific rates for different construction roles, effectively regulating labor costs within the designated New Jersey regions.
    The solicitation W50S8F-24-R-0002 specifies the minimum insurance amounts required for contractors working on government installations. The focus is on ensuring adequate coverage for potential risks, primarily related to workplace injuries, liability, and automobile and aircraft incidents. Before commencing work, contractors must certify their insurance compliance and provide an endorsement ensuring the government's interests are protected in the event of policy changes or cancellations. The policies must adhere to state laws and include provisions for prompt notification of any changes. This file outlines the essential insurance requirements for contractors, emphasizing the need for robust coverage during the execution of the contract.
    The New Jersey Air National Guard's 177th Fighter Wing is prioritizing environmental management and waste reduction in its operations. The unit, which maintains F-16 fighter aircraft and support functions, is committed to adhering to environmental laws and improving its sustainability practices. This memorandum outlines the Wing's environmental policy, emphasizing the integration of eco-consciousness into all operations and the prevention of pollution. It also highlights the Wing's achievements in maintaining a good environmental record within the Air National Guard. The aim is to ensure that all unit members, contractors, and stakeholders are aware of and adhere to these environmental commitments, fostering a culture of sustainability.
    The procurement objective of this government agency is to acquire mapping services for the Atlantic City International Airport vicinity. The detailed map provided shows the airport's surrounding areas, including roads, streets, and notable landmarks. The agency seeks to procure a comprehensive and accurate digital map, likely for navigational purposes, infrastructure planning, or emergency response preparedness. This clear and detailed visual representation offers essential geographic information, enabling efficient coordination and decision-making for future projects or operations in the region.
    The government seeks quotes for the mill and overlay of asphalt pavements at the 177th Fighter Wing in Egg Harbor Township, New Jersey. This small business set-aside project has a magnitude between $100,000 and $250,000, requiring bidders to furnish performance and payment bonds exceeding $150,000. The scope entails milling two inches of asphalt pavement and overlaying a new layer. Contractors must provide all necessary resources, adhering to specifications, drawings, and regulations. The project has a mandatory 90-calendar day completion deadline. Critical dates include a pre-proposal conference and site visit, followed by a submission deadline on August 9, 2024. Evaluation criteria focus on the work requirements, representations, and certifications outlined in the solicitation. The selected vendor will be expected to commence work within 10 days of award receipt. This succinct summary provides an overview of the procurement's essential aspects, targeting the main goods and services sought while omitting administrative details.
    Lifecycle
    Similar Opportunities
    JKSE 242400, Repair Apron Paving
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Repair Apron Paving project (JKSE 242400) at the Montana Air National Guard in Great Falls, Montana. This project involves the construction and repair of asphalt paving, including full-depth replacements, milling, and overlaying of approximately 107,395 square feet, with an additional optional section of 27,500 square feet. The initiative is crucial for enhancing the operational readiness of aircraft within secure areas and must comply with stringent safety and environmental standards. Interested small businesses must submit their bids by September 10, 2024, and are encouraged to attend a pre-bid conference on August 20, 2024. For further inquiries, contractors can contact Talon D. Urick at talon.urick@us.af.mil or Christina L. Hutchins at christina.hutchins.1@us.af.mil. The estimated contract value ranges between $250,000 and $500,000.
    FY25 Multiple Award Construction Contract (MACC) recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) recompete at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses a wide range of construction services, including earthwork, infrastructure development, and various specialty contracting tasks, with the aim of awarding contracts to a minimum of five small businesses for a base year plus six optional one-year periods, and a potential six-month extension. The estimated contract ceiling ranges from $250 million to $500 million, with individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically, adhering to strict guidelines and deadlines, with a mandatory site visit scheduled for September 24, 2024. For further inquiries, contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
    Maintain and Repair Pavements
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a contract to maintain and repair pavements at the San Diego Air National Guard Station. The contractor will be responsible for providing all necessary resources, including labor, materials, equipment, and supervision, to complete the work in accordance with the provided specifications and Statement of Work (SOW). This procurement is crucial for ensuring the operational integrity and safety of the air station's infrastructure. Interested small businesses are encouraged to submit their bids, as this opportunity is set aside for total small business participation. For further inquiries, potential bidders can contact Carmen Ridener at 210-671-3246 or via email at carmen.ridener@us.af.mil. Note that contract awards will only be made once appropriated funds are available.
    MSA Falcon Ave Concrete Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Tulsa Air National Guard in Oklahoma, is inviting bids for a firm fixed-price contract for the MSA Falcon Ave Concrete Replacement project. This procurement involves the removal and replacement of approximately 2,650 square yards of concrete, including selective slab replacement at Building 301 and concrete pavement repair on Falcon Avenue. The project is exclusively set aside for small businesses, with an estimated funding range between $500,000 and $1,000,000, and is anticipated to commence once funds become available by September 30, 2024. Interested bidders must submit their sealed offers by September 9, 2024, and are encouraged to attend a site visit on August 14, 2024, for further project insights; inquiries should be directed to Amanda Lonsdale at 918-833-7305 or via email at 138.FW.MSC@us.af.mil.
    Nellis AFB Paving IDIQ
    Active
    Dept Of Defense
    The Department of the Air Force is seeking qualified small businesses for the Nellis AFB Paving IDIQ contract, which focuses on a range of paving and infrastructure projects at Nellis Air Force Base and associated sites within the Nevada Test and Training Range. The contract will involve maintenance, repair, and construction tasks, including asphalt and concrete work, utility installation, and earthworks, all defined through individual task orders with a total program value not to exceed $9.9 million over three years. This opportunity is particularly significant for HUBZone-certified small businesses, as the Air Force aims to identify capable firms to fulfill its construction needs while adhering to strict safety and quality standards. Interested parties should contact Alyssa L. Stine at alyssa.stine@us.af.mil or Patrick W. Mock at patrick.mock.1@us.af.mil for further details and are encouraged to submit their capability statements by the specified deadlines.
    Asphalt Repair at Harsha Lake
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for asphalt repair services at William H. Harsha Lake in Batavia, Ohio. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and materials to repair and seal the road and parking lot surfaces, adhering strictly to the provided specifications and terms. This procurement is a 100% small business set-aside under NAICS code 237310, with a size standard of $45 million, and the contract will be awarded based on the lowest total price to the government. Quotes are due by September 16, 2024, at 2:00 PM Eastern Time, and interested parties should submit their proposals electronically to Amber Drones at amber.l.drones@usace.army.mil.
    PAVING IDIQ, KADENA AIR BASE
    Active
    Dept Of Defense
    The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base in Okinawa, Japan, is seeking qualified contractors for a fixed-price, indefinite-delivery indefinite-quantity (IDIQ) contract focused on airfield paving projects. The contract will encompass various tasks, including slab replacements, pavement repairs, and runway rubber removals, with a total ceiling of $35 million and individual task orders ranging from $10,000 to $1,000,000 over a maximum duration of 60 months. This initiative is crucial for maintaining the operational integrity of airfield infrastructure, ensuring compliance with safety and quality standards as outlined in the Unified Facilities Criteria (UFC). Interested contractors must submit their qualifications and capability statements by September 20, 2024, at 10:00 am Japan Standard Time to Marina Amosin at marinajoyce.amosin.ph@us.af.mil.
    Asphalt Sealer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a trailer-mounted asphalt sealcoat spray system to be used at Offutt Air Force Base in Nebraska. This equipment is essential for maintaining over 10,000 square feet of asphalt, which is currently outsourced for sealing, thereby enhancing operational efficiency and self-sufficiency in asset management. The required specifications include a capacity of 500 to 600 gallons, an air-driven dual diaphragm pump, a full-sweep agitator, and safety features such as running lights and a break-away braking system. Interested contractors must submit their quotations, including technical specifications, by September 10, 2024, and are encouraged to direct any questions to the primary contact, Danielle Johnson, at danielle.johnson.32@us.af.mil or by phone at 402-294-3862.
    Repair Parking Lots AS100 & 460
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of parking lots AS100 and 460 at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The project involves various site improvements, including the installation of ADA-compliant sidewalk ramps, concrete dumpster pads, asphalt repairs, sealcoating, and restriping, with a completion timeline of 120 days post-award. This initiative is crucial for maintaining infrastructure and ensuring accessibility while minimizing disruption to ongoing operations at the facilities. Interested contractors, particularly those listed on the General Requirements cover page, must submit proposals by September 13, 2024, and are encouraged to contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    FY25 Multiple Award Paving Contract (MAPC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FY25 Multiple Award Paving Contract (MAPC) to support the repair, maintenance, and construction of various infrastructure systems at Scott Air Force Base in Illinois. The procurement aims to establish up to five Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for a range of services under NAICS code 237310, with individual task orders valued between $500 and $5,000,000, and an estimated program ceiling of $45,000,000 over an anticipated eight-year performance period. This initiative is crucial for maintaining and enhancing the operational capabilities of the base's infrastructure, ensuring safety and efficiency in military operations. Interested small businesses are encouraged to respond to the attached market survey and submit their qualifications to the primary contact, Regina A. Brand, at regina.brand@us.af.mil, or the secondary contact, Billie J. Olson, at billie.olson@us.af.mil, by the specified deadline.