Landing Services
ID: W911S825Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-JB LEWIS-MC CHORDJOINT BASE LEWIS MCCH, WA, 98433-9500, USA

NAICS

Other Airport Operations (488119)

PSC

LEASE/RENTAL OF AIRPORT RUNWAYS AND TAXIWAYS (X1BD)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide landing services at Joint Base Lewis-McChord (JBLM) in Washington, with a contract period from October 2025 to September 2030. The contractor will be responsible for essential runway and landing services, including maintaining compliance with regulations, ensuring safe operations for C-17 aircraft, and providing support such as runway access, lighting systems, emergency crash/fire coverage, and snow removal. This opportunity underscores the importance of operational readiness and safety in military aviation training, with a strong emphasis on a Quality Control Program to meet established service standards. Interested parties can contact Ana Torres at ana-teresa.p.torres.civ@army.mil or Ralph C. Chavez at ralph.c.chavez.civ@mail.mil for further details.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for landing services and ground support at Grant County International Airport, Moses Lake, WA, from October 1, 2025, to September 30, 2030. The contractor is responsible for providing runway and auxiliary services to the 62D Airlift Wing, ensuring compliance with FAA regulations and airfield operational standards, including aircraft rescue and firefighting coverage as per FAA Index D requirements. Key responsibilities include facilitating access for C-17 aircraft for up to 8500 landings annually, maintaining safe airfield conditions, and implementing quality control measures. The contractor must clear snow, conduct rubber removal, and manage wildlife hazard reporting while ensuring compliance with operational safety and security protocols. Additional tasks involve providing portable toilets, conducting emergency repairs, and allowing government personnel access to modify airport surfaces. The contract will operate with a base year and four one-year option periods. The PWS emphasizes the importance of maintaining high service standards and effective communication between the contractor and government personnel to support military training operations efficiently. Overall, the document highlights a structured approach to essential airport maintenance and operations supporting the Department of Defense’s training objectives.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract for landing services at Joint Base Lewis-McChord (JBLM), Washington, from October 2025 to September 2030. The contractor is responsible for providing essential runway and landing services, maintaining compliance with regulations, and ensuring the safe operation of C-17 aircraft landing activities. Key tasks include providing access to runways, lighting systems, emergency crash/fire coverage, snow removal, wildlife hazard reporting, and allowing government modifications to airport infrastructure. The contract will have a base period of one year with four optional one-year extensions and emphasizes a strong Quality Control Program (QCP) to ensure service delivery meets established standards. The contractor must operate seven days a week, maintain effective communication with government personnel, and report contractor labor hours. It also includes safety and security training for all personnel. This contractual framework reflects the government's emphasis on operational readiness and safety in military aviation training.
    Lifecycle
    Title
    Type
    Landing Services
    Currently viewing
    Sources Sought
    Similar Opportunities
    Supply Support Activity (SSA) Warehouse, JBLM
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is preparing to solicit proposals for the construction of a Supply Storage Activity Warehouse at Joint Base Lewis-McChord (JBLM) in Washington. This design-build project involves constructing a one-story, 21,500 square foot warehouse, along with associated facilities such as canopies, paved drives, parking areas, and office space for government use. The estimated construction cost ranges between $25 million and $100 million, with the Request for Proposal (RFP) expected to be posted on or about January 13, 2025, and responses due by February 12, 2025. Interested contractors must have an active registration in the System for Award Management (SAM) and can direct inquiries to Linda O’Brien at linda.s.obrien@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil.
    Longview Docking Services 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking contractors for the Longview Docking Services 2025 project in Longview, Washington. This procurement involves port and harbor operations, which are critical for facilitating transportation and relocation services. The selected contractor will play a vital role in ensuring the operational efficiency of docking services, which are essential for military and logistical operations. Interested parties can reach out to Julia Henry at julia.b.henry@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further details, with the procurement process being guided by the NAICS code 488310 and PSC code V999.
    17--JACK,AIRCRAFT LANDI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for aircraft landing equipment under the solicitation titled "17--JACK, AIRCRAFT LANDI." This procurement aims to acquire aerospace craft launching, landing, ground handling, and servicing equipment, which is critical for maintaining operational readiness and safety in military aviation. Interested vendors should direct any inquiries regarding this solicitation to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform. For further details, including submission deadlines, potential funding amounts, and additional requirements, please contact the DLA at DibbsBSM@dla.mil.
    JBLE Grounds Maintenance Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide grounds maintenance services at Joint Base Langley-Eustis (JBLE). The procurement aims to ensure the upkeep and aesthetic quality of the base's landscaping, which is vital for maintaining operational readiness and enhancing the environment for personnel and visitors. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561730 for Landscaping Services. Interested parties should reach out to Matthew Gregg at matthew.gregg.3@us.af.mil or call 757-764-9059 for further details.
    C-LGIP On-Ramping
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 417th Supply Chain Management Squadron at Hill Air Force Base, Utah, is conducting a Sources Sought notice to identify potential contractors for Landing Gear Engineering Services under Request Number FA8203-25-R-ATLAS. The objective is to gather information on qualified sources to potentially add new contractors to the existing indefinite delivery-indefinite quantity (IDIQ) contracts that support USAF landing gear systems, focusing solely on engineering services rather than manufacturing or repair. These services are critical for ensuring the integrity, safety, and operational efficiency of landing gear systems, which include components such as landing gear structures and rolling stock. Interested parties are encouraged to submit their qualifications, including contact information, company capabilities, and relevant experience, to Jayson Skow at jayson.skow@us.af.mil and Christina Witt at christina.witt.2@us.af.mil, with responses due by the specified deadline.
    SSA Warehouse, JBLM, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is soliciting proposals for the construction of a warehouse at Joint Base Lewis-McChord (JBLM), Washington. This opportunity is set aside for 8(a) certified businesses under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the construction of miscellaneous buildings as classified under PSC code Y1JZ. The project is significant for enhancing operational capabilities at JBLM, and interested contractors should reach out to Linda O'Brien at linda.s.obrien@usace.army.mil or call 206-764-6804 for further details. Additionally, Susan Newby is available at susan.f.newby@usace.army.mil or 206-764-6754 for any inquiries.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    JBSA Runway Friction Testing
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for runway friction testing services at Joint Base San Antonio (JBSA), Texas. The objective is to conduct annual friction surveys on four runways in compliance with Federal Aviation Administration (FAA) guidelines, utilizing Continuous Friction Measuring Equipment (CFME) to ensure safety and operational efficiency. This testing is crucial for maintaining airfield safety standards and involves detailed reporting and adherence to stringent quality control measures. Interested small businesses must submit their capability statements and any inquiries regarding the Draft Performance Work Statement (PWS) by February 10, 2025, to Chad Olson at chad.olson.4@us.af.mil or by phone at 210-802-7358.
    Commercial Recycling Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Commercial Recycling Services at Joint Base Lewis-McChord (JBLM) in Washington. The procurement aims to establish a non-personal services contract for the collection, transportation, and management of non-hazardous recyclable materials, including cardboard, plastics, and metals, while ensuring compliance with environmental regulations and promoting sustainable waste management practices. This initiative is crucial for enhancing recycling rates and maximizing revenue from recyclable materials within military operations. Interested parties should contact Gabriela Jennings at gabriela.jennings.civ@army.mil or Scott A. Byrd at scott.a.byrd.civ@army.mil for further information, and are encouraged to monitor SAM.gov for updates regarding future solicitations.
    JBR050 AKARNG Aircraft Maintenance Hangar
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Fort Richardson, Alaska, for the Alaska Army National Guard (AKARNG). This project aims to provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control. The estimated cost for this project ranges between $65 million and $75 million, with a performance period of approximately 1,095 calendar days, anticipated to commence with a notice to proceed on July 1, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available on or about March 27, 2025. For further inquiries, contact Michelle Nelsen at michelle.nelsen@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil.