This document outlines the criteria for conducting airfield obstruction surveys and analysis for U.S. Army airfields and heliports. It details the project approach, responsibilities, data collection methods (field survey, aerial imagery, LiDAR, installation mapping), and obstruction identification surfaces (OIS) for various aircraft types, including fixed-wing, rotary-wing, and unmanned aircraft systems. The document emphasizes adherence to specific geodetic control requirements, including WGS84 and EGM96 datums, and provides guidelines for surveying airfield features like runways, helipads, and navigational aids (NAVAIDs). It also defines obstructions, their exceptions, and special considerations for reporting, as well as the methodology for obstruction analysis and the required deliverables for final reports and spatial data.
This government file details an Airspace Plan and Obstruction Table for Bradshaw AAF (PHSF) in the Pohakuloa Training Area, Hawaii. It includes operational and survey data for the airport, such as runway end coordinates, elevations, and control points. The document also provides a comprehensive list of 88 obstructions, including trees, poles, buildings, tanks, and ground elevations, noting their elevation and penetration levels. Key notes highlight the application of clearance additions to obstructions per UFC 3-260-01, the horizontal and vertical control system used for surveying, and the methodology for obstruction analysis. The file indicates that points with a “B” are obstructions that would penetrate the Obstruction Identification Surface (OIS) with minimum clearance distances, and asterisks denote unverified obstructions. The plan is submitted by the U.S. Army Corps of Engineers and includes maps with various surface limits like conical, transitional, and inner horizontal surfaces.
The document, dated June 19, 2025, from Towill, Inc., outlines an "Aerial Survey Flight Plan & Surfaces" specifically for Bradshaw AAF. This brief document likely serves as a preliminary record or a component of a larger project within the context of government RFPs, federal grants, or state/local RFPs. Its main purpose is to identify the subject and location of an upcoming aerial survey, indicating the initial phase of a geospatial data collection or mapping project for a governmental or public entity.
The document, a Q&A from a government solicitation, clarifies that the requirement for services is entirely new. A contractor inquired whether the contract was new or if an incumbent was currently performing the services, to which the government responded, "New Requirement." This indicates that the federal government is seeking proposals for a service or project that has not been previously contracted out, establishing a new opportunity for bidders.
The U.S. Army Garrison Hawaii issued an RFQ (W912CN-25-Q-SR02) for Airfield Obstruction Survey Reports at Bradshaw Army Airfield, Pohakuloa Training Area. This is a 100% Small Business set-aside, and the government intends to award a Firm-Fixed Price, Requirements contract. The NAICS code is 541370 ($19 million small business size standard). Quotes must include complete pricing for Airfield Obstruction Survey Reports and Travel, a technical capability narrative (not exceeding 3 pages), and general offeror information. The evaluation will be based on technical capability and price, with an "Acceptable" rating required for technical factors. Quotes are due by September 19, 2025, at 09:00 AM Hawaii Standard Time (HST) and must be submitted electronically via SAM.gov. Questions are due by September 16, 2025, at 6:00 AM HST.
RFQ No. W912CN-25-Q-SR02, issued on September 12, 2025, is a combined synopsis/solicitation for commercial airfield obstruction survey services at Bradshaw Army Airfield, Pohakuloa Training Area, U.S. Army Garrison Hawaii. This 100% Small Business set-aside aims to award a Firm-Fixed Price, Requirements contract. The NAICS code is 541370 ($19 million small business size standard), and the PSC code is 6675. Quotes must include pricing for Airfield Obstruction Survey Reports and Travel, a technical capability narrative (max 3 pages), and general business information. The government will evaluate quotes based on technical capability and price to determine the best value. Past performance will be considered during responsibility determination, not formal evaluation. Quotes are due by September 19, 2025, at 09:00 AM HST, submitted electronically via SAM.gov. Questions are due by September 16, 2025, at 6:00 AM HST.
This Performance Work Statement outlines the requirements for a non-personnel services contract to conduct a Military Airfield Obstruction Survey at Bradshaw Army Airfield (BAAF) in Hawaii. The primary objective is to identify airspace penetrations, recommend mitigation, and support BAAF's recertification with the FAA and compliance with military and federal aviation safety standards. The scope includes designing, developing, and delivering an airfield obstruction survey and analysis, utilizing technologies like LiDAR and GIS. Deliverables include various reports, high-resolution maps, 3D models, compliance matrices, GIS files, and a regulatory submission package, all with a zero-defect acceptable quality level. The contractor must adhere to various DoD and FAA regulations and will be subject to security, access, traffic flow, and operational security (OPSEC) requirements.