Amended Pre-Solicitation Notice for Design-Bid-Build – Repair 400 Aircraft Parking Ramp - Phases 5 & 8, Travis AFB, CA Project numbers XDAT06100105 (Phase 5) and XDAT06100108 (Phase 8)
ID: FA8903-25-B-0002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

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 preparing to solicit bids for the Design-Bid-Build project aimed at repairing the 400 Aircraft Parking Ramp at Travis Air Force Base, California, encompassing Phases 5 and 8. This project involves the demolition and replacement of approximately 60,000 square yards of concrete pavement and associated drainage utilities, with a contract value estimated between $25 million and $100 million. The initiative is crucial for maintaining operational capabilities at the base and ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by August 5, 2025, and can direct inquiries to Contracting Officer David M. Foote at david.foote.2@us.af.mil or Contract Specialist Monica Gallegos at monica.gallegos@us.af.mil.

    Point(s) of Contact
    David M. Foote, Contracting Officer
    david.foote.2@us.af.mil
    Monica Gallegos, Contract Specialist
    monica.gallegos@us.af.mil
    Files
    Title
    Posted
    The document outlines the Repair 400 Ramp project at Travis Air Force Base, California, managed by the 60th Air Mobility Wing of the Air Mobility Command. It includes engineering plans, key components like layout, stages of construction, and environmental management guidelines. The project involves multiple phases and emphasizes strict compliance with safety and operational standards, particularly regarding foreign object debris (FOD) management and utility coordination. Contractors are responsible for permitting, erosion control, restoring disturbed areas, and ensuring existing infrastructure protection. Construction phases must be sequential but may overlap, assuring a functional facility during the project timeline. The document serves as a comprehensive guideline for contractors, detailing requirements for field operations, quality assurance, and safety protocols. Overall, it exemplifies the structured approach needed for military construction projects with a specific focus on regulatory compliance and functional integrity.
    The Repair 400 Ramp project at Travis Air Force Base, California, involves demolishing and replacing Portland Cement Concrete (PCC) pavement to accommodate C-17 aircraft and restoring airfield markings. It is part of Contract No. FA8903-16-D-0012, Task Order FA8903-18-F-0074, and is prepared by Infrastructure Engineering Solutions JV. The project follows a phased approach, with an initial 100-day pre-construction phase for approvals, submittals, and material testing, leading to a subsequent construction phase. Regulatory compliance is emphasized throughout the project, including obtaining necessary permits for excavation, managing utility outages, attending mandatory workshops on pavement, and adhering to safety protocols regarding hazardous materials such as lead-based paint and asbestos. Contractors must ensure proper handling and disposal of hazardous waste while maintaining environmental protections. These requirements not only reinforce safety and environmental standards but also detail the contractor's responsibilities related to site management, utility coordination, and waste disposal. This project exemplifies the government's effort to maintain safe and efficient airfield operations while ensuring compliance with required health, safety, and environmental regulations.
    Travis Air Force Base (AFB) is initiating Phase 2 of the 400 Aircraft Parking Ramp Re-pavement project, seeking concurrence from the U.S. Fish and Wildlife Service (USFWS) regarding its potential impact on threatened and endangered species. The project aims to repair deteriorating concrete on the parking ramp to mitigate foreign object damage risks to aircraft, impacting approximately 225,000 square feet. Key species considered include the California tiger salamander and several federally threatened and endangered species, but no critical habitat is within the project area. Conservation measures will be implemented, including pre-construction surveys by a Service-approved biologist, ensuring compliance with protective protocols for sensitive habitats. Construction is scheduled to begin in winter 2018 and last around seven months, involving heavy equipment and specific work hours to minimize environmental impact. The findings indicate that while the project may affect certain species, adverse effects are not expected due to careful planning and mitigation measures. The initiative illustrates the AFB's commitment to balancing operational needs with environmental responsibilities, ensuring regulatory compliance throughout the construction phase.
    The Geotechnical Investigation Report prepared by Wood Environment & Infrastructure Solutions, Inc. analyzes the soil conditions at Travis Air Force Base for the repair of Taxiway November adjacent to Ramp 400. The report outlines the project's objective, which includes replacing deteriorated pavement and installing new subsurface drainage systems over an area of approximately 600 feet by 80 feet. The geotechnical assessment involves field exploration consisting of drilling, Dynamic Cone Penetration (DCP) testing, and laboratory analyses to determine soil characteristics. Key findings indicate that the site primarily comprises high plasticity clays and varying soil types, impacting construction stability. Laboratory testing yields specific values for California Bearing Ratio (CBR) and subgrade modulus necessary for pavement design. The report also assesses corrosion potential, determining that soil conditions are generally non-corrosive. Recommendations for subgrade treatment include stabilization via cement-based methods due to the high plasticity of the native clays. This investigation supports compliance with federal standards for aviation facility construction while providing essential data for effective project planning aimed at ensuring the longevity and safety of the Taxiway repair.
    The document serves as an errata for the drawings related to the Repair 400 Ramp project at Travis Air Force Base, California, dated 17 January 2025. It outlines crucial revisions to existing drawings (CT100, CT501-504) that have been updated from September 2018 to December 2024. Key amendments include relocating straw waddles, modifying notes regarding pavement markings, and emphasizing safety protocols for construction operations near active aircraft activities. Important instructions detail the transition requirements between new and existing markings, maintenance of separation between construction zones and aircraft, and necessary approvals for submissions prior to pavement closure. Specific marking guidelines and operational procedures are also provided for maintaining safety and compliance with military regulations during construction. The errata indicates the document's comprehensive role in ensuring clarity and accuracy in the execution of the project per government standards.
    The document outlines the specifications for the Travis AFB Repair 400 Ramp project, detailing project phases for the repair of aircraft parking ramp areas. The project is divided into three phases: Phase 01 involves pre-construction submittals and material testing, lasting approximately 180 days. Phase 02 encompasses fieldwork including mobilization and construction site establishment, also within a 180-day timeframe. Phase 03 consists of the demolitions and actual construction with a completion deadline of 270 days from commencement. Key procedural revisions include adherence to FAA standards for design, obstruction marking, and vehicle operation on airfield areas. The document specifies requirements for safety markings during day and night operations, emphasizing visibility and operational compliance to avoid interference with aircraft operations. Mandatory submissions like Construction Operations Plans and Traffic Control Plans are also outlined to ensure project alignment with airfield operations. The document highlights the project's structure, timelines, and strict safety and operational protocols essential for maintaining airfield integrity throughout the construction process.
    The document addresses a response from the Air Force regarding inquiries or comments submitted by firms related to a Request for Proposals (RFP). It outlines the engagement between the Air Force and potential contractors, emphasizing the collaborative aspect of the proposal process. The structured response aims to clarify specifications, requirements, and any uncertainties that may affect proposal submissions. This dialogue between the government and firms is essential for ensuring that the proposals align with the Air Force's needs and expectations. Ultimately, the document reinforces the importance of clear communication in the procurement process, supporting transparency and efficiency in acquiring necessary services or products through federal contracting.
    The Air Force Installation Contracting Center (AFICC) is soliciting bids for a Firm Fixed Price standalone contract for the reconstruction of 400 Aircraft Parking Ramp Phases 5 & 8 at Travis Air Force Base, California, with an estimated value between $25 million and $100 million. The project involves the removal and replacement of approximately 60,000 square yards of concrete pavement and related drainage utilities over a period of 540 calendar days, with specified airfield closure requirements. The solicitation is designated as a total small business set-aside, with bids due by August 5, 2025. Potential bidders must submit a complete proposal including a cover letter, bid form SF 1442, completed bid schedule, required representations and certifications, a bid guarantee, and a detailed construction schedule. Evaluation of bids will focus on price and compliance with solicitation requirements, prioritizing the lowest responsive and responsible bidder. A joint venture bidding is permissible but must meet specific criteria. The award process includes assessing bidder responsibility via a questionnaire post-bid opening and verifying past performance through government databases. This solicitation underscores the government's commitment to utilizing small businesses and ensuring thorough evaluation to maintain quality in the bidding process.
    The document outlines the scope of two contractor projects focused on the repair of the 400 Aircraft Parking Ramp at Travis Air Force Base, California, under Project Nos. XDAT06100105 and XDAT06100108. The contractor will address Phases 5 and 8 of the ramp repair as part of a larger infrastructure project awarded to address maintenance needs at the base. The document includes details such as the estimated completion time of 18 months from the award date, the structure of the pricing through Contract Line Item Numbers (CLINs), which detail each phase’s pricing as a lump sum. However, specific pricing details are yet to be finalized. The overall purpose of this request for proposal (RFP) is to secure a contractor capable of efficiently executing essential repairs, thus enhancing operational capabilities at the Air Force base. Such documents are critical in federal and state contracting processes, ensuring project parameters are clear and accessible for potential bidders.
    The Statement of Work (SOW) outlines the requirements for design-bid-build construction services for repairing the 400 Aircraft Parking Ramp at Travis Air Force Base, California, specifically in phases 5 and 8. The contractor is tasked with the demolition and replacement of existing pavement and drainage utilities while ensuring compliance with federal, state, and local regulations. Detailed management and planning requirements are provided, including scheduling, documentation, and reporting protocols, to ensure effective project execution while minimizing disruptions to airfield operations. The project consists of three phases, with measures established to limit airfield downtime. Additionally, there are stringent guidelines regarding environmental protection, hazardous materials handling, and safety compliance, necessitating coordination with various stakeholders. Key deliverables include progress reports, submittal registers, and as-built documentation formatted for submission to the government. The purpose of this SOW is to ensure high-quality construction aligned with Air Force standards while supporting efficient management of resources and safety measures throughout the project lifecycle. The document serves as a comprehensive guide for all contractors involved, ensuring accountability and clarity in expectations.
    The Statement of Work (SOW) outlines design-bid-build (D-B-B) construction services to repair aircraft parking ramps at Travis Air Force Base, California. It details the project scope, which includes demolition and replacement of pavements, drainage utilities, and associated infrastructure, adhering to federal and local regulations. The contract will follow a phased approach: initial phases involve pre-construction activities and site preparation, culminating in the demolition and construction phase with a completion timeline of approximately 270 days. Key management and reporting requirements necessitate accurate scheduling, status reporting, and safety measures, including compliance with OSHA standards. The document stipulates contractor responsibilities regarding government property, environmental regulations, hazardous materials management, and the production of comprehensive technical documentation. It requires coordination with airfield operations to minimize disruptions, and mandates adherence to stringent quality control processes throughout the construction phases. Additionally, a focus on protecting unclassified DOD data and timely communication of project progress is integral to fulfilling the project's successful execution. Overall, this SOW reflects the commitment to delivering quality infrastructure while ensuring safety and regulatory compliance in military operations.
    Similar Opportunities
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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.
    Rubber Removal and Airfield Markings
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is soliciting proposals for a project titled "Rubber Removal and Airfield Markings" at Dyess Air Force Base in Texas. The objective is to remove rubber accumulation from two runways and repaint the airfield markings according to provided specifications, with the project valued between $100,000 and $250,000. This procurement is a total small business set-aside, emphasizing the importance of compliance with environmental standards and safety protocols during the execution of the work. Interested vendors must submit a capability statement and a technical approach document by January 7, 2026, at 12:00 P.M. (CST), with all offers directed to Lt. Anthony Parra at anthony.parra.2@us.af.mil.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) facility designed to support maintenance and operations training, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days under a design-bid-build approach. Interested contractors can reach out to Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details, noting that the project is subject to potential delays or revisions prior to award.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    Maxwell AFB - Airfield Repairs - Amendment 0005
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama, under Solicitation FA330026R0003. The project encompasses various tasks, including pavement pressure washing, markings replacement, sinkhole repair, and PCC pavement repair, with a completion timeline of 120 calendar days following the Notice to Proceed. This initiative is crucial for maintaining the operational integrity and safety of the airfield, ensuring compliance with established standards for airfield markings and repairs. Interested small businesses must submit their proposals by January 9, 2026, at 1:00 PM CST, and can direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil. The estimated project cost ranges between $250,000 and $500,000, with a 100% small business set-aside.
    MATOC WORK PLAN EXPANSION OF DOORSTOP PARKING APRON ON OSAN AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the MATOC Work Plan to expand the Doorstop Parking Apron at Osan Air Base. This project involves the repair or alteration of airfield structures, with a focus on enhancing operational capabilities at the base. The estimated contract value ranges from $1,000,000 to $5,000,000, and interested contractors are encouraged to attend a site visit on December 30, 2025, at 0930 hours. Proposals must be submitted by 1000 hours on the closing date of the RFP, and inquiries can be directed to Liam Smith at liam.d.smith2.mil@army.mil or Dong Kim at dong.h.kim49.mil@army.mil.
    D-21 Alarm System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    Y1LZ--Project Number: 612-165 Construct Parking Structure Design Build Replacing Expiring Lease Martinez, CA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for a Design-Build project to construct a new 350-space parking structure at the Martinez VA Medical Center in Martinez, California. This project aims to replace an expiring lease and involves the demolition of existing temporary buildings and a solar array, along with site preparation, utility relocation, and the construction of a fully functional parking facility that includes elevators, signage, and security features. The contract, valued between $20 million and $50 million, will be awarded through a competitive, firm-fixed-price procurement process, with an anticipated advertising period between February and March 2026. Interested contractors must submit capability statements by January 15, 2026, detailing their qualifications and relevant project experience to the primary contact, Shardae Webb, at Shardae.Webb@va.gov.
    Draft IFB Simplified Acquisition of Base Engineering Requirements
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the Simplified Acquisition of Base Engineering Requirements (SABER) at Joint Base Langley-Eustis, Virginia. This procurement aims to establish two firm-fixed price Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a wide range of maintenance, repair, and construction work, with a total program ceiling of $320 million over a base year and seven option years. The contracts will be awarded through competitive procedures, prioritizing the lowest price, responsible offeror, and are set to be solicited on or about March 2, 2026. Interested parties should direct their questions and comments regarding the draft Invitation for Bid (IFB) to M. Joy de Lande or Chanda Jarmon by January 23, 2025, at 2:00 PM EST.