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 project involves the milling and overlay of asphalt pavements at nine aircraft parking spaces, along with new pavement markings, joint resealing, and miscellaneous concrete repairs, with an estimated contract value between $1 million and $5 million. The work is critical for maintaining operational readiness and safety at the airfield, and contractors are required to comply with various federal regulations, including performance and payment bonds, insurance, and background checks. Proposals must be submitted by April 3, 2025, at 2:00 PM EST, and interested parties are encouraged to attend a pre-proposal conference on March 11, 2025, to clarify project specifications. For further inquiries, contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil.

    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 JB Charleston Offeror Question and Answer Form relates to Solicitation Number FA441825R0003 for the Airfield Parking Ramp PH III project. It addresses questions from potential offerors regarding project specifications and requirements. Key topics include the application of demolition notes, particularly Key Note #7, which pertains to saw cutting at specific asphalt limits, and clarification on security access requirements for contractors, emphasizing the necessity of Level I Antiterrorism Awareness Training. Furthermore, it confirms that the Baseline Cost Loaded CPM Project Schedule must be submitted for approval within 30 days post-award, prior to the Notice to Proceed being issued by the Government. The document emphasizes the importance of written inquiries for clarification, as oral instructions before contract awards are non-binding. Responses to questions will be publicly posted to ensure transparency for all offerors. This form plays a crucial role in facilitating clear communication and compliance in the procurement process for federal projects.
    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 is an amendment to a federal solicitation, specifically addressing procedural changes regarding the submission of offers. It outlines how offerors must acknowledge receipt of the amendment, either by submitting completed forms, incorporating the amendment into their offers, or through electronic communication. The amendment extends the deadline for offers and allows for changes to previously submitted offers if notified appropriately. Additionally, it includes administrative modifications to existing contracts/orders, allows for clarity in communication, and emphasizes the importance of compliance with these procedures to avoid rejection of offers. A site visit sign-in sheet is added as part of the amendment, indicating measures for transparency and communication with contractors. The document maintains the core terms of the initial solicitation while noting changes, demonstrating the structured nature of government procurement processes.
    The document is an amendment to a solicitation from the federal government, specifically addressing changes to a contract and providing responses to questions raised during a site visit. It extends the deadline for offers while detailing the acknowledgment process for the amendment. Offerors must confirm receipt of this amendment through specified methods to avoid rejection of their proposals. The amendment also modifies the contract related to the North American Industry Classification System (NAICS) code and reiterates that all other terms remain unchanged. The contracting officer's details are provided, reinforcing the formal nature of these amendments in accordance with federal guidelines. This amendment is crucial for maintaining the integrity of the solicitation and ensuring compliance with governmental procedures.
    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
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    MYR ATCT Refurbish Parking Lot
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.
    437 OG Special Missions Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has awarded a contract for Special Missions Support Services to Lock4, LLC, valued at $1,042,028.02, covering the base period and four option years. This non-personal service contract supports the 437th Operations Group at Joint Base Charleston, SC, and includes provisions for travel as required by the Performance Work Statement (PWS) and mission needs. The contract was awarded on a sole-source basis under the 8(a) program due to the award amount being below the competitive threshold, emphasizing the importance of these specialized support services for military operations. For further inquiries, interested parties can contact SSgt Christopher Weaver at christopher.weaver.14@us.af.mil or by phone at 843-963-4541.
    Repair Fuel System B4505
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. This project involves the repair of three fuel storage tanks, associated piping, equipment, and the concrete pad, with strict adherence to government regulations and procedures. The estimated cost for this project ranges between $500,000 and $1,000,000, and work must be completed within 180 calendar days, with proposals due by January 12, 2026, at 2:00 PM EST. Interested contractors must be among the specified General MACC holders and are required to attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.
    Charleston AFB- Repair POL Operations Building 675
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is conducting market research for the repair of the Petroleum Operations Building (Facility 675) at Charleston Air Force Base. The project aims to renovate Building 675 to enhance functionality for the Fuel Support Command, Fuels Management, and Auxiliary operations support, including a POL laboratory. This opportunity is significant as it may be set aside for Women-Owned Small Businesses (WOSB), depending on the results of the sources sought process. Interested parties are encouraged to submit their information to Kristal Dobry at kristal.d.dobry@usace.army.mil or Brandon Hobbs at brandon.s.hobbs@usace.army.mil, as this is not a request for proposals and no submissions will be reviewed or accepted at this stage.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    Bldg 250 Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Building 250 Roof Repair project located at Gabreski Airport in Westhampton Beach, NY. This project involves the repair of approximately 42,500 square feet of roofing, including the replacement of the membrane, flashing, gutters, downspouts, and walking tiles, with a project magnitude estimated between $500,000 and $1,000,000. The contract is set aside for small businesses under NAICS code 238160, with a size standard of $19 million in average annual revenue. Interested bidders are encouraged to attend a pre-bid conference and site visit on November 19, 2025, with bids due by December 10, 2025. For further inquiries, contractors may contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Rolando Rowe at rolando.rowe@us.af.mil. Funding for the project is anticipated to be available by November 30, 2025.