Metes and bounds surveying Saipan and Rota
ID: FA502526QB002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5025 356 ECEG PKAPO, AP, 96543, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

SUPPORT- PROFESSIONAL: LAND SURVEYS-CADASTRAL (NON-CONSTRUCTION) (R404)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines a project for metes and bounds surveys at Saipan International Airport and Rota International Airport in the Commonwealth of Northern Mariana Islands (CNMI). The U.S. Government requires these surveys to lease land for constructing storage warehouses and equipment pads. The contractor will provide all labor, equipment, and materials for comprehensive field surveys, including locating and setting monuments, measuring boundaries, and identifying encroachments and easements. Research services include reviewing deed records, plats, and municipal records, and coordinating with the FAA and utility companies. Deliverables include a Survey Plat Map, a written legal description, field notes, and digital files. The work must adhere to specific accuracy and monument standards, and comply with CNMI laws and industry practices. The project excludes topographic mapping, wetland delineation, subsurface utility location, and building layout. Key deadlines include 60 days for fieldwork, 90 days for draft survey submittal to the U.S. Navy, and 10 days for final deliverables after approval from the Division of Registration and Land Survey.
    This government solicitation, FA502526QB002, is a Women-Owned Small Business (WOSB) Request for Proposal (RFP) for Metes and Bounds Surveying services in Saipan and Rota. The total award amount is USD 19,000,000.00. Key dates include an issue date of November 18, 2025, and an offer due date of December 5, 2025, at 4:00 PM. The solicitation incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to electronic payment via Wide Area WorkFlow (WAWF), safeguarding covered defense information, and prohibitions on certain telecommunications equipment and business operations. The contract requires compliance with clauses on business ethics, combating trafficking in persons, and equal opportunity for veterans. An ombudsman is available for concerns, but initial issues must be directed to the contracting officer, Justin Townsend. The contractor must also comply with standards for eliminating Class I Ozone Depleting Substances.
    Amendment 0001 to Solicitation FA502526QB002, dated November 24, 2025, modifies the original solicitation issued on November 18, 2025. This amendment primarily updates Section 2.1 Field Survey Services of the Performance Work Statement. Key changes include the replacement of Attachment 1 - Performance Work Statement V2 with Attachment 1 - Performance Work Statement V3, indicating revised requirements for field survey services. The document also outlines procedures for acknowledging amendments, emphasizing timely receipt of acknowledgments to avoid rejection of offers. This modification ensures that all terms and conditions of the original solicitation, as changed, remain in effect, reflecting an administrative update to the contract's scope of work.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    Bradshaw Army Airfield Obstruction Survey
    Buyer not available
    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.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    TIMELY COA Required: RFQ Tinian International Airport, 26,000 USG (JA1), RDD Jan 16-17,24, 2026, QUOTES DUE DEC 5TH, 2025 AT 3PM EST FT. BELVOIR TIME
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting quotes for the delivery of 26,000 USG of Jet A-1 aviation turbine fuel to Tinian International Airport in the Northern Mariana Islands. The procurement requires that the fuel be delivered via tank truck with pump on January 16-17, 2026, with strict adherence to environmental regulations and the provision of Certificates of Analysis (CoA) that are no older than 90 days. This fuel is critical for military operations, necessitating compliance with specific quality standards and delivery protocols, including the removal of empty ISO-containers by January 24, 2026. Interested vendors must submit their quotations by 3:00 PM Ft. Belvoir Time on December 5, 2025, and can direct inquiries to Brian Hobbs at Brian.Hobbs@dla.mil or Luis Beza-Cay at Luis.Beza-Cay@dla.mil.
    Recruiting Station-Army Career Center - Dededo, Guam
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 1,000 to 1,200 gross rentable square feet of commercial retail storefront space in Dededo, Guam, for Armed Forces Recruiting purposes. The lease will be for a term of five years, requiring the lessor to provide essential services such as utilities, janitorial services, and adequate parking for government vehicles. This procurement is vital for establishing a functional recruiting center that meets specific accessibility, safety, and operational standards as outlined in the Request for Lease Proposals (RLP). Interested parties must submit their proposals electronically by December 31, 2025, to Amy L. Capwell at amy.capwell@usace.army.mil, and ensure compliance with all outlined requirements, including registration in the System for Award Management (SAM).
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    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.
    YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield (AAAF), South Atlantic Ocean
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of electrical distribution lines, specifically Feeder 5, at Ascension Auxiliary Airfield (AAAF) located in the South Atlantic Ocean. The project entails the complete replacement of existing overhead electrical lines and poles with new infrastructure, including underground duct banks and manholes, while maintaining the operational status of the old system during construction. This procurement is critical for ensuring reliable electrical distribution at the airfield, which supports various military operations. Interested contractors should note that the bid submission deadline has been extended to December 16, 2025, at 9:00 AM EST, with a project value estimated between $10 million and $25 million. For further inquiries, potential bidders can contact Timothy R. Johnson at timothy.johnson@us.af.mil or Heather C. Carino at heather.carino@spaceforce.mil.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC), Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. This large-scale construction project is estimated to have a magnitude between $100 million and $250 million and will involve the design-bid-build delivery method, requiring contractors to provide a complete facility that meets specific Department of Defense standards. The project includes the construction of two buildings, extensive utility work, and compliance with cybersecurity requirements, emphasizing the importance of labor-management stability and efficiency in federal procurement. Interested parties must submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages.