Bradshaw Army Airfield Obstruction Survey
ID: W912CN-25-Q-SR02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

DRAFTING, SURVEYING, AND MAPPING INSTRUMENTS (6675)

Set Aside

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

    The Department of Defense, through the U.S. Army Garrison Hawaii, is seeking qualified contractors to conduct a Military Airfield Obstruction Survey at Bradshaw Army Airfield, located in the Pohakuloa Training Area of Hawaii. The primary objective of this procurement is to identify airspace penetrations and recommend mitigation measures to ensure compliance with FAA and military aviation safety standards, supporting the recertification of the airfield. This opportunity is a total small business set-aside under NAICS code 541370, with a firm-fixed price contract expected to be awarded based on technical capability and pricing, with quotes due by September 19, 2025, at 09:00 AM HST. Interested parties can direct inquiries to Shirl Rivera at shirl.m.rivera.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil.

    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is preparing to solicit bids for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project involves a Design-Bid-Build approach and aims to construct a medium standard design hangar along with associated maintenance facilities, which are critical for supporting Combat Aviation Brigade operations and enhancing airfield readiness. The estimated contract value ranges between $100 million and $250 million, with a performance period of approximately 1,186 calendar days. Interested contractors should register as a vendor in the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration with the System for Award Management (SAM). For further inquiries, contact Brett Watanabe at brett.j.watanabe@usace.army.mil or call 808-835-4045.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    Hazardous Waste Testing
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified small businesses to provide hazardous waste testing, packaging, and transportation services for various installations on the Island of Oahu, Hawaii. The contractor will be responsible for sampling, testing, packaging, and transporting hazardous waste in compliance with OSHA, EPA, DOT, and local regulations, requiring a qualified Project Manager with HAZWOPER and RCRA certifications. This procurement is critical for ensuring environmental safety and compliance, with the contractor liable for all costs associated with environmental non-compliance and cleanup. Interested firms must submit their capability statements to Travis Tonini at travis.c.tonini.civ@army.mil by December 9, 2025, at 10:00 am Hawaii Standard Time to express their intent to bid on this opportunity.
    Kahauiki Stream Maintenance Dredging, Phase 2, Fort Shafter Flats, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Kahauiki Stream Maintenance Dredging, Phase 2 project located at Fort Shafter Flats, Oahu, Hawaii. This design-bid-build project involves dredging and clearing two sections of Kahauiki Stream, cleaning two existing concrete culverts, and potentially replacing one culvert, with a focus on environmental compliance and best management practices throughout the process. The work is critical for maintaining the integrity of local waterways and ensuring proper drainage, which is vital for the surrounding infrastructure. Interested small businesses are encouraged to reach out to Kristin Schultz at kristin.e.schultz@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    CONTRACTOR-OWNED /CONTRACTOR OPERATED AND GOVERNMENT-OWNED/ CONTRACTOR-OPERATED, AND (COCO/GOCO) FUEL OPERATIONS AT United States Army Garrison, HI (USAG-HI) for Schofield Barracks and Wheeler Army Airfield (Wheeler AAF).
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for Contractor Owned Contractor Operated (COCO) and Government-Owned Contractor Operated (GOCO) fuel operations at Schofield Barracks and Wheeler Army Airfield in Hawaii. The selected contractor will be responsible for maintaining and operating government-owned facilities and equipment at Wheeler AAF, as well as providing retail and bulk fuel services at Schofield Barracks, adhering to best commercial practices. This procurement is significant for ensuring efficient fuel operations and maintenance, with a firm fixed-price contract anticipated for a five-year base period starting April 1, 2026, and extending through various option periods until March 30, 2056. Interested parties should contact Lisa Marsh at Lisa.Marsh@dla.mil or (445) 737-4038 for further details and must register in the System for Award Management (SAM) to participate.
    PLA – Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Buyer not available
    The U.S. Army Corps of Engineers, Honolulu District, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLAs) for the large-scale construction project titled "Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580" in Oahu, Hawaii. This design-bid-build project involves drilling four wells approximately 800 feet deep and 24 inches in diameter, with the goal of managing peak water demand at Schofield Barracks during the summer months. The project is significant, exceeding $35 million, and is subject to new regulations mandating the use of PLAs for federal construction projects of this scale starting January 22, 2024. Interested parties are invited to submit their comments and responses to specific questions regarding the use of PLAs by January 5, 2026, at 2:00 p.m. Hawaii Standard Time, via email to Christie Lee and Jennifer Ko, with the notice identification number W9128A-26-Z-0003 included in the subject line.
    Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for a potential design-bid-build construction project to relocate deep wells at Schofield Barracks, Oahu, Hawaii. The project involves drilling four wells approximately 800 feet deep, with a capacity to deliver a minimum of 2,000 gallons per minute, and includes the construction of a protective roof structure for the motors. This initiative is critical for ensuring a reliable water supply to meet peak demand during the summer months. Interested contractors must submit their qualifications by January 5, 2026, with a project magnitude estimated between $50 million and $100 million. For inquiries, contact Christie Lee at christie.s.lee@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil.
    MRO Hawaii Region SPE8E323D0014
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to establish a bridge contract for Maintenance, Repair, and Operations (MRO) in the Hawaii region under contract number SPE8E323D0014. This procurement aims to secure miscellaneous construction materials necessary for ongoing operations and maintenance activities within the region. The goods and services procured are vital for ensuring the operational readiness and support of military facilities in Hawaii. Interested parties can reach out to Lauren Byrne at lauren.byrne@dla.mil for further details regarding this opportunity.
    Metes and bounds surveying Saipan and Rota
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for metes and bounds surveying services at Saipan International Airport and Rota International Airport in the Commonwealth of Northern Mariana Islands (CNMI). The objective of this procurement is to conduct comprehensive field surveys to facilitate the leasing of land for the construction of storage warehouses and equipment pads, which includes locating and setting monuments, measuring boundaries, and identifying encroachments and easements. This project is critical for the CNMI Commonwealth Port Authority to develop lease agreements and ensure compliance with local laws and industry standards. The total award amount for this contract is $19,000,000, with proposals due by December 5, 2025, at 4:00 PM. Interested parties can contact Justin Townsend at justin.townsend.2@us.af.mil for further information.