Repair Airfield Parking Ramp PH III
ID: FA441825R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF AIR TRAFFIC CONTROL TOWERS (Y1BA)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "Repair Airfield Parking Ramp Phase III" project at Joint Base Charleston, South Carolina. This competitive procurement is set aside for Historically Underutilized Business (HUBZone) firms and requires contractors to provide labor, materials, and equipment for repairs, with an estimated project budget between $1 million and $5 million. The project is crucial for maintaining airfield operational readiness and safety, with a performance period of 140 calendar days starting from the notice to proceed, expected to be issued on August 4, 2025. Interested contractors must submit proposals by April 3, 2025, and can direct inquiries to Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil for further clarification.

    Files
    Title
    Posted
    The document outlines safety and utility coordination requirements for a construction project, emphasizing the need for contractors to contact 811 for utility location information at least 72 hours before excavation begins. This precaution is vital for identifying underground utilities and preventing damage during construction. The document also refers to multiple match lines that indicate the areas where construction is planned, specifically mentioning TWY D and associated sections. Furthermore, it includes instructions for joint sealing requirements, directing readers to consult specific details outlined on the project sheets. The overall emphasis is on ensuring safety and compliance, which aligns with standard practices in federal and local RFPs related to construction and infrastructure projects.
    The document is the JB Charleston Offeror Question and Answer Form associated with Solicitation Number FA441825R0003, concerning the Airfield Parking Ramp PH III project. It outlines the process for offerors to seek clarifications or interpretations about the solicitation, drawings, specifications, and related documents. Offerors are instructed to submit inquiries in writing to ensure that all participants have access to the same information before submitting proposals. Oral communications prior to contract award do not convey binding information. Furthermore, any relevant answers to submitted questions will be published on sam.gov to maintain fairness in the proposal process. The document emphasizes adherence to specified sections, paragraphs, and drawing references as critical for compliance and understanding of the project requirements. This approach aligns with standard practices in federal and state/local RFP processes to ensure transparency and equal opportunity for all bidders.
    The government document outlines the Performance Time Tabulation for the DKFX 1093395 project, aimed at repairing the Aircraft Parking Ramp in Phase 3. It establishes the timeline, specifying a Notice to Proceed date of August 4, 2025, with a projected construction start on October 3, 2025. The total contract duration is defined as 140 days, culminating in completion by December 21, 2025. Key components include 60 days allocated for mobilization and submission preparation, as well as 39 actual construction days, considering 11 days for possible inclement weather. It delineates expectations for construction scheduling and clarifies that liquidated damages (LDs) will be assessed after the final inspection, not during the closeout period. The document emphasizes the necessity for precise timing and communication with the contractor to avoid misunderstandings regarding construction days and the impact of weather-related delays, thereby facilitating effective project management within federal contracting requirements. Overall, this document serves as a comprehensive guide for monitoring and assessing the timeline and conditions under which the construction project will proceed.
    The document is a solicitation for the repair of the Airfield Parking Ramp Phase III at Joint Base Charleston, South Carolina, under the solicitation number FA441825R0003. It is issued as a competitive HUBZone business set-aside using trade-off procedures. The contractor is required to furnish labor, materials, and equipment for the project, with estimated costs ranging between $1,000,000 and $5,000,000. The performance period stipulated is a mandatory 140 calendar days, beginning upon receipt of the notice to proceed. Proposals must be submitted in a sealed envelope with a deadline for bids on April 3, 2025, at 2:00 PM EST. The request involves specific requirements including performance and payment bonds, insurance, background checks for personnel, and adherence to sustainable procurement policies. Moreover, all contractors are expected to comply with various federal, state, and local regulations. Notably, funds for the project are currently unavailable, and the government retains the right to cancel the solicitation without any obligation to reimburse costs incurred by offerors. Participation in a pre-proposal conference is encouraged to clarify outstanding questions. This solicitation exemplifies the government's structured approach to awarding contracts while ensuring compliance and transparency in procurement processes.
    The solicitation document FA441825R00030002 seeks bids for the construction project titled "Repair Airfield Parking Ramp Phase III" at Joint Base Charleston, South Carolina. It is a competitive HUBZone Business set-aside, with the project budget estimated between $1 million and $5 million. Contractors must provide necessary labor, materials, and equipment, commencing work within a stipulated timeframe upon receiving a notice to proceed. Key requirements include the submission of performance and payment bonds, compliance with background checks, and adherence to safety regulations within controlled areas. The solicitation contains detailed specifications for work, including crack resealing, concrete repairs, and asphalt milling. A pre-proposal conference is scheduled for interested bidders to clarify the statement of work. The document stresses that funding for the project is not currently available, and the government retains the right to cancel the solicitation at any time without financial obligation to bidders. Additionally, compliance with environmental purchasing guidelines and insurance requirements is essential. This solicitation illustrates the federal government's commitment to engaging small businesses while ensuring transparency and security in construction contracts at military installations.
    The document outlines Amendment 0001 related to solicitation FA441825R0003, extending the deadline for offers and providing instructions for acknowledging receipt of the amendment. It specifies that failure to acknowledge the amendment may lead to rejection of proposals. Additionally, it details procedures for modifying offers and provides a standardized form for documentation. The amendment introduces a useful attachment, "JB Charleston - Question and Answers," which contractors can reference for clarification. This document is essential because it sets forth guidelines for submissions and modifications, reinforcing compliance with federal procurement processes while ensuring effective communication between contractors and the contracting officer. The contracting officer responsible for this amendment is Robert R. Melton, and the document was issued on March 6, 2025.
    This document pertains to the amendment of a solicitation under federal regulations, specifically addressing changes to be acknowledged by contractors. The amendment outlines procedures for acknowledging receipt and submitting offers, stipulating that failure to follow these could result in rejection. Key changes include the removal of specific clauses related to equal opportunity and affirmative action compliance, in accordance with Executive Order 14222. Additionally, certain clauses have been updated and redefined, including provisions regarding apprentices and trainees, and subcontract requirements for commercial products and services. The document emphasizes that aside from these amendments, all other terms and conditions remain unchanged, ensuring that the solicitation's integrity and original intentions are preserved. This amendment seeks to align contractual obligations with updated regulatory requirements, reflecting ongoing efforts to enhance compliance and operational effectiveness in federal contracting processes.
    The document outlines the 100% design specifications for the Design Repair Airfield Parking Ramp – Phase 3 at Joint Base Charleston in South Carolina, including project scope, requirements, and administrative guidelines necessary for construction compliance. It details the scope of work comprising milling and overlay of asphalt at aircraft parking spaces, pavement markings, and concrete repairs, all while ensuring minimal disruption to existing operations on the airfield. The project includes extensive sections on administrative procedures, quality control, safety requirements, submittal processes, and the importance of a structured project schedule. Specific qualifications for contractors and project managers emphasize the need for experienced personnel managing progress and compliance. Coverage of crucial timelines, deliverables, and environmental controls highlights the importance of thorough pre-construction documentation and coordination with base operational requirements. The project’s design submission deadline is set for December 19, 2024, showcasing a structured approach to project management within the parameters of federal contracting guidelines.
    The document pertains to the "Design Repair Airfield Parking Ramp - Phase 3" project at Joint Base Charleston, North Charleston, South Carolina, requiring comprehensive submissions to ensure project compliance. It outlines the necessary documentation and information submissions, organized under specific submittal types related to planning, construction safety, equipment specifications, and environmental regulations. The file details various submittals, including utility requests, contact lists, quality control plans, and environmental management plans, each with designated action codes and review processes by the government. The goal is to facilitate effective construction practices while adhering to regulatory standards and maintaining safety throughout the project timeline. The overview confirms the project's importance in enhancing airfield operational readiness and safety by ensuring thorough documentation and adherence to construction protocols. Therefore, this document is a core component of federal RFPs, targeting structured project management and compliance within government contracting frameworks.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and IMC Pavements Area F at Joint Base Charleston, South Carolina. This project, which is set aside for Historically Underutilized Business (HUBZone) firms, requires contractors to provide labor, materials, and supervision for construction activities estimated to cost between $5 million and $10 million. The project is critical for maintaining operational readiness and safety at the base, with a performance window of 398 calendar days following contract award. Interested contractors should contact Brian T. Hawk at brian.hawk@us.af.mil or 843-963-5165 for further details, noting that funding is currently unavailable and the solicitation may be canceled without obligation.
    Family Camp Recreational Vehicle Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Family Camp Recreational Vehicle Parking Expansion project at Shaw Air Force Base in South Carolina. The objective is to construct 14 additional RV parking spaces, including the installation of an asphalt drive, electrical systems, water and sewer connections, and other related infrastructure as outlined in the Statement of Work. This project is significant for enhancing recreational facilities for military personnel and their families, reflecting the Air Force's commitment to supporting service members. Interested small businesses must prepare for a site visit scheduled for February 7, 2025, and submit bids by April 7, 2025, with all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil.
    Family Camp RV Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the Family Camp RV parking facilities at Shaw Air Force Base in South Carolina. The project involves the construction of 14 additional RV spaces, complete with necessary infrastructure such as an asphalt drive, electrical systems, and water and sewer connections, with an estimated project cost between $250,000 and $500,000. This initiative aims to enhance recreational facilities for military families, ensuring compliance with federal construction standards and environmental regulations throughout the project. Interested contractors must submit their bids by April 7, 2025, and can direct inquiries to Darrel Ford at darrel.ford.3@us.af.mil or by phone at 803-895-5381.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further information.
    Grounds Maintenance - Joint Base Charleston, SC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide comprehensive grounds maintenance services at Joint Base Charleston, South Carolina. The contractor will be responsible for maintaining improved and semi-improved grounds, ensuring a clean and professional landscaping appearance, and adhering to all relevant federal, state, and local regulations. This procurement is critical for promoting the growth of healthy vegetation and maintaining the overall aesthetic and operational integrity of the base. Interested parties must attend a mandatory site visit on November 7th and 8th to understand the requirements fully, and they can contact Roger "Dale" Crews at roger.crews@us.af.mil or 843-963-3568 for further information.
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of existing pavement markings and the application of new striping over an area exceeding 290,000 square feet, with a goal of achieving 85% rubber removal in designated runway areas while ensuring the airfield remains operational throughout the work phases scheduled for spring and fall of 2025. This initiative is critical for maintaining airfield safety and functionality, adhering to FAA standards, and requires contractors to have experience in airfield operations and compliance with stringent security measures. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil, with the project budget estimated between $250,000 and $500,000.
    SAPR Office Wall and Door
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for a construction project at Charleston Air Force Base in South Carolina, aimed at creating two separate office rooms within the SAPR office. The project involves the installation of an interior wall, cove base, painting, and a new glass door, adhering to federal, state, and industry standards, including the Unified Facilities Criteria. Interested contractors must demonstrate their capabilities, including socioeconomic status and estimated project magnitude, with submissions due electronically by March 11, 2025, at 2:00 p.m. EST. For further inquiries, interested parties can contact SSgt Christon Reed at christon.reed@us.af.mil or Zelda J. Williams at moore.williams.1@us.af.mil.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    Repair and Repave Slocum Road
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Repair and Repave Slocum Road project at Marine Corps Air Station Cherry Point, North Carolina. This project aims to enhance infrastructure by addressing pavement repair needs, with an estimated contract value between $250,000 and $500,000, to be completed within 120 days of award. The procurement is set aside for small businesses, emphasizing compliance with federal labor regulations and ethical labor practices. Interested contractors must submit their proposals by March 25, 2025, and are encouraged to acknowledge Amendment 0001, which clarifies bidding requirements and includes revised drawings. For further inquiries, potential bidders can contact Josef Vallone or Ericka J. Bishop via the provided email addresses or phone numbers.
    B1904 Repair ADA Compliant Doors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of ADA compliant doors at Building 1904, Shaw Air Force Base, South Carolina. The project involves replacing two exterior doors to ensure compliance with accessibility standards, requiring contractors to provide all necessary planning, labor, equipment, and materials, with an estimated contract value of less than $25,000. This initiative underscores the government's commitment to maintaining facilities that meet legal accessibility requirements while ensuring operational integrity. Interested contractors must submit sealed bids by the specified deadline, with a site visit scheduled for February 26, 2025, and should direct inquiries to Tariq Ellis at tariq.ellis@us.af.mil or SSgt Christon Reed at christon.reed@us.af.mil.