AJJY 23-1007 Repair Airfield Electrical Conduit and Glideslope Systems AAFB, Guam
ID: FA524025B0001Type: Solicitation
2 AwardsJun 6, 2025
$30.4M$30,368,046
AwardeeMODERN INTERNATIONAL INC Barrigada GU 96913 USA
Award #:FA524025C0003
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES (Z2BZ)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair Airfield Electrical Conduit and Glideslope Systems" project at Andersen Air Force Base in Guam. This project involves a Firm-Fixed-Price construction contract aimed at upgrading electrical systems critical for airfield operations, including the replacement of corroded panels, conduits, and other electrical components to ensure compliance with safety and operational standards. The total estimated cost of the project exceeds $10 million, with a performance period of 532 calendar days, and it is set aside for Historically Underutilized Business Zone (HUBZone) small businesses. Interested contractors must submit proposals electronically by May 2, 2025, and can direct inquiries to Chuck David Flores at chuck_david.flores@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil.

    Files
    Title
    Posted
    This document is an amendment to solicitation FA524025B0001, extending the proposal due date from April 11, 2025, to May 2, 2025, at 1400 hours. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. The purpose of this amendment is to notify potential contractors of the revised deadline and ensure they acknowledge receipt prior to submission. Additionally, the document modifies the period of performance for the contract, adjusting it from June 10, 2025, to November 24, 2026, to a new delivery period starting on July 7, 2025, and ending on December 21, 2026. The amendment is critical for contractors involved in the bidding process, as it outlines the necessary steps to acknowledge the changes and submit their proposals accordingly. As part of the Federal Acquisition Regulation (FAR), adherence to these amendments ensures compliance with federal contracting procedures. This communication reflects the government’s ongoing efforts to maintain transparency and orderliness in the procurement process.
    The document outlines a Request for Proposal (RFP) for a Design-Bid-Build (DBB) project aimed at repairing airfield electrical conduits and glideslope systems at Andersen Air Force Base, Guam. The project seeks to ensure reliable electrical power for essential navigational equipment, comprising significant upgrades to electrical lines, panels, and connections. Key objectives include minimizing disruption to flight operations during power outages, careful demolition and removal of existing infrastructure, and adherence to safety and environmental regulations. The contractor is responsible for all aspects, including labor, materials, and compliance with local and federal standards. The project requires a phased work plan to manage operational impacts, coordination with various stakeholders, and a commitment to environmental protection and hazardous material handling. Additionally, ongoing inspections, quality control, safety protocols, and emergency response measures are essential components of the execution plan. This RFP reflects the government’s investment in safeguarding airfield functionality and safety, emphasizing strict guidelines and a structured approach for contractor compliance to ensure operational efficiency at this military installation.
    This document serves as an antiterrorism awareness pamphlet for Edwards Air Force Base, emphasizing the importance of vigilance among personnel to prevent terrorism. It outlines various types of potential victims, such as those by association or opportunity, and encourages a heightened sense of awareness of surroundings, notably through recognizing suspicious behaviors and anomalies in the environment. The pamphlet defines terrorism per DOD standards and highlights individualized roles as force multipliers in the ongoing global war against terrorism. It details the Force Protection Conditions (FPCON), ranging from normal to deltas of alert, dictating procedural responses and security measures based on threat levels. Key reporting protocols include recognizing surveillance, suspicious activities, and potential threats, with guidance on what information to provide to authorities if encountering such situations. Overall, it serves to bolster community awareness and readiness to respond effectively to potential terrorism threats while stationed at the base. The document aligns with federal initiatives to enhance security vigilance and community involvement in combating terrorism.
    The document details a capital project focused on plumbing and HVAC systems upgrades across a facility, involving extensive installation and replacement of components such as backflow preventers and other plumbing fixtures, alongside HVAC systems. Each item is meticulously cataloged, including specifications like model numbers, serial numbers, capacities, and warranty details, ensuring adherence to construction standards and regulations. The project emphasizes the importance of compliance and safety inspections throughout the construction phase, requiring contractors to document and submit specific information to the government project manager before final inspections. This initiative not only aims to enhance operational efficiency but also aligns with government standards for maintenance and system reliability, highlighting the structured and methodical approach taken in public infrastructure improvements. The overall intent underscores the commitment to upgrading state and local facilities while ensuring operational standards and safety measures are prioritized.
    The document outlines the final design submittal for the "Repair Airfield Electrical Conduit & Glideslope Systems" project at Andersen Air Force Base in Guam. It primarily includes electrical engineering plans and civil engineering details necessary for upgrading the existing airfield electrical systems. The project involves the demolition and installation of electrical conduits and supports critical airfield operations, ensuring that operational capacity is maintained during construction. Key components include mapping existing utilities, coordinating trenching for new electrical cables and ensuring safety measures to manage potential environmental impacts, particularly around historical sites. The execution includes responsibilities for creating as-built plans, performing calculations, refining scheduling, and maintaining compliance with stringent electrical, safety, and environmental codes. The coordinated efforts are aimed at enhancing airfield operational reliability while adhering to the government’s regulations and project standards. This project highlights the importance of maintaining airfield functionality and safety during electrical upgrades at military installations.
    The document outlines the specifications and requirements for the project titled "Repair Airfield Electrical Conduit & Glideslope Systems" at Andersen Air Force Base in Guam, under Contract Number FA5240-22-F-0073. Key project components include a comprehensive project outline, detailed work summary, necessary permits, and safety measures to ensure minimal disruption during the construction period while maintaining airfield operations. Sections detail procurement processes, including submission procedures, contractor responsibilities, and safety protocols. The contractor must adhere to specific operational restrictions, including working hours and coordination with base regulations to ensure compliance and security. A cost-loaded Network Analysis Schedule (NAS) is mandated for effective project management, serving as a basis for tracking progress and facilitating timely payments. Emphasizing transparency and reporting, the contractor is required to document the work's progress via photographs and updates, participating in ongoing meetings to maintain alignment with the government’s expectations. Overall, this document serves as a comprehensive guideline for executing and monitoring the construction project, ensuring all standards are met and operational integrity is preserved throughout the process.
    A pre-bid site visit and conference is scheduled for Project No. AJJY 23-1007, which involves repairing the airfield electrical conduit and glideslope system at Andersen Air Force Base (AAFB) in Guam. This is a one-time event set for March 19, 2025, at 0900 CHST, taking place in Building 22023 at the Meehan Conference Center. Prospective bidders are strongly encouraged to visit the site to better understand the work requirements. Each bidder may send up to three personnel, who must verify their base access status in advance via email to designated contracting points of contact, and adhere to entry requirements. For those without base access, an earlier arrival is necessary for processing at the North Gate Visitors Control Center. The document emphasizes the importance of obtaining thorough knowledge of the project location and guidelines before placing bids, aligning with FAR regulations regarding site inspections. Contact information for the Contract Specialist and Contracting Officer is provided for any inquiries. This document highlights the procedural steps essential for engaging in the bidding process for a federal project.
    The document outlines the bid opening for Project No. AJJY 23-1007, which involves the repair of the airfield electrical conduit and glideslope system at Andersen Air Force Base (AAFB), Guam. The bid opening is set to occur at the Consolidated Support Center, and participants must adhere to a specified due date and time as detailed in the solicitation. In-person attendance for firms with base access is limited to three personnel per offeror, while those without base access can participate virtually via Microsoft Teams. To gain access to this virtual option, interested parties must submit a request to the designated contracting office points of contact (POCs) three days prior to the bid opening. The document also provides contact information for the contract specialist and officer responsible for the project, along with installation access requirements. Overall, this bid opening is part of the federal government's procurement process, ensuring transparency and opportunity for contractors in fulfilling military infrastructure needs.
    The document serves as a guide for using the Proposal Manager within the Wide Area Workflow (WAWF) e-Business Suite, detailing the processes for managing solicitations in government contracting. Users gain access to the Solicitation module after logging in, where they can search for solicitations by various filters, including date ranges and NAICS codes. The search results display essential details like solicitations numbers, response dates, and contracting office names. Proposal Managers can view solicitation attachments and amendments, submit offers, and manage attachment order. Once an offer is posted, they have the option to withdraw it or enter a final proposal revision phase. The guide underscores important functionalities available to Proposal Managers, from searching and viewing solicitations to managing offers and revising proposals. By delineating these features, the document aims to streamline the process for government contractors engaging with federal and local RFPs and grants, thereby enhancing efficiency and accessibility within the bidding framework. Overall, the guide presents a structured approach to navigating government contracting opportunities electronically, promoting user engagement and compliance with procurement protocols.
    The Andersen Air Force Base Installation Facilities Standards (IFS) document provides comprehensive guidelines for maintaining and developing facilities that are tailored to the climate and operational needs of the base. It consolidates and simplifies existing facility standards into a structured format aligned with Air Force Corporate Facilities Standards (AFCFS). The IFS includes four main sections: Installation Elements, Site Development, Facilities Exteriors, and Facilities Interiors, each addressing specific criteria such as street hierarchy, open space planning, and utility management. Key elements include adherence to sustainability practices, elevation of design quality for different facility groups, and compliance with Department of Defense (DoD) regulations. It also emphasizes the importance of cybersecurity in the design and construction of facility-related control systems. The document is designed as a dynamic, editable form to facilitate ongoing updates, ensuring it remains a “living document” for base personnel, while promoting efficient operations and reducing maintenance costs across all facilities and outdoor spaces. Overall, the IFS aims to enhance mission readiness and support through meticulous planning and execution of construction and infrastructure projects.
    The document appears to contain extensive and fragmented contents associated with federal and state RFPs (Requests for Proposals) and grant applications. While much of the text is encoded or garbled, the key objective of such documents typically revolves around soliciting proposals for services or funding opportunities directed towards enhancing infrastructure, public services, and community development projects. Key aspects include guidance on submission processes, eligibility requirements, and criteria for funding allocations. The fragmented content indicates that detailed specifications, funding limits, and application deadlines are essential for respondents to prepare compliant proposals. Overall, the document indicates the necessity for meticulous adherence to instructions in government applications to secure funding and contribute to community and infrastructural improvements.
    The document contains encoded data which appears to involve federal and state RFPs (Requests for Proposals) and grants. Although the specific contents are inaccessible due to formatting issues, the general structure of such documents typically includes key information regarding funding opportunities, eligibility criteria, submission guidelines, and evaluation processes for proposals. The primary aim is to solicit and fund innovative projects or services that align with governmental priorities across various sectors. This includes sectors like healthcare, infrastructure, and community development. By carefully analyzing RFPs, potential applicants can tailor their proposals to meet stated requirements and enhance their chances of receiving funding. Overall, the file serves as a reference point for understanding available governmental financial resources and the processes associated with securing them.
    The document outlines responses to inquiries regarding a government Request for Proposals (RFP) for construction support related to munitions response on Guam's airfield. It addresses bid extensions, project specifications, compliance requirements for the contractor, site safety protocols, and responsibilities for coordination with local utility companies. Key points include an extended bid date, ongoing risk assessments linked to munitions site trenching, and the necessity for contractors to obtain specific training and permits. There are firm guidelines on the provision of contractors’ documentation and qualifications, noting that certain personnel cannot assume multiple roles to maintain oversight. Additionally, it emphasizes the requirement for construction phasing plans for government approval and details on materials specifications such as the use of 316 stainless steel. Overall, this document serves as a clarifying resource to ensure compliance and project success, highlighting critical operational standards and safety measures during the construction process.
    The document details contractor inquiries and government responses regarding a Request for Proposals (RFP) for Munitions Response Explosives Safety Submission (MRESS) construction support in Guam. The main topic revolves around project-specific requirements, including extensions of the bid date, clarification on equipment specifications, and site safety protocols. Key points include the extension of the bid date to May 2, 2025, the necessity for contractors to ensure personnel are trained, and compliance with various engineering and safety standards. Contractors are directed to submit detailed plans for project execution, including construction phasing and site coordination, especially regarding power outages and existing utility lines. Issues concerning materials specifications, such as the use of specific stainless steel types and reinforcement bars, are also clarified. Notably, contractors must anticipate and prepare for full Munitions and Explosive Construction (MEC) activities. Overall, the document serves as a comprehensive guide for bidders to ensure alignment with government requirements, facilitating effective project management and compliance with safety protocols.
    The solicitation FA524025B0001 requests bids for a Firm-Fixed-Price construction contract to repair the Airfield Electrical Conduit and Glideslope System at Andersen Air Force Base, Guam. This competitive project is a HUBZone set-aside, mandating that all participating contractors be recognized as small businesses within this economic program. The performance duration is mandatory, spanning 532 calendar days, and proposals must be submitted electronically through PIEE by a specified deadline. A pre-proposal site visit is scheduled to facilitate contractor understanding of project requirements, which are detailed in the Statement of Work provided in the solicitation documents. Additionally, compliance with various federal regulations and clauses is mandated, including specifications for labor, payment bonds, and performance standards. The project magnitude exceeds $10 million, with contractors required to submit offers that meet strict governmental conditions, including performance and safety compliance. This solicitation emphasizes the government's commitment to using local resources and the inclusion of small businesses in federal contracting opportunities while ensuring that construction practices adhere to regulatory standards for safety and quality.
    The document outlines a solicitation for the construction contract titled "Repair Airfield Electrical Conduit and Glideslope System" at Andersen Air Force Base, Guam, aimed at contractors classified under the Historically Underutilized Business Zone (HUBZone) program. It specifies a firm-fixed-price contract with a performance period of 532 calendar days. The estimated project cost exceeds $10 million, targeting electrical contractors in North American Industry Classification System (NAICS) code 238210, with a size standard of $19 million. Offer submissions must be made electronically per specific guidelines, with a pre-proposal site visit required prior. Key conditions include submission deadlines, performance bond stipulations, and acknowledgment of amendments. Additionally, the document incorporates clauses to ensure contractors' compliance with local employment laws, drug-free workplace policies, and special requirements regarding using U.S.-flag vessels for any sea transport. The solicitation prioritizes transparency and competitiveness while emphasizing compliance with labor laws, safety standards, and ethical practices in contractor operations. This process underscores the government's initiative to incentivize small business participation in federal contracts while ensuring suitable performance standards and accountability throughout the project's execution.
    Similar Opportunities
    Wifi Fleming Heights Andersen AFB, GU
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of commercial internet services at Fleming Heights on Andersen Air Force Base in Guam. The project requires the provision of Wi-Fi services across multiple buildings, with specific internet speed requirements ranging from 25 Mbps to 150 Mbps, and mandates the use of Wi-Fi-compatible hardware while ensuring compliance with security regulations regarding telecommunications equipment. This procurement is designated as a Total Small Business Set-Aside, with a site visit scheduled for November 21, 2025, and proposals due by December 1, 2025, at 2:00 PM. Interested parties should contact Derick Fontyn at derick.fontyn@us.af.mil for further information and to confirm attendance at the site visit.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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.
    YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield (AAAF), South Atlantic Ocean
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of electrical distribution lines, specifically Feeder 5, at Ascension Auxiliary Airfield (AAAF) located in the South Atlantic Ocean. The project involves replacing existing overhead electrical lines and poles with new infrastructure, including underground duct banks and manholes, and requires the contractor to provide all necessary labor, equipment, and materials. This procurement is critical for maintaining the operational integrity of electrical systems at the airfield, ensuring reliable power distribution for military operations. Interested contractors must submit their bids electronically by 9:00 AM EST on January 8, 2026, with a project budget estimated between $10 million and $25 million. For further inquiries, contact Timothy R. Johnson at timothy.johnson@us.af.mil or Heather C. Carino at heather.carino@spaceforce.mil.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Dept Of Defense
    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.
    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.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    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.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.