ADR AM2 Airfield Matting
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is conducting market research through a Sources Sought announcement for ADR AM2 Airfield Matting. This is for a potential 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply, package, document, and deliver AM2 Airfield Matting Kits and components to worldwide Air Force locations. The purpose is to support the USAF Airfield Damage Repair Program. Responses are due by March 17, 2026, at 3:00 PM ET.
Scope of Work
The requirement involves providing AM2 kits, sub-kits, or individual items as specified in Attachments A through D. These kits are designed for expeditious enhancement of existing airfield surfaces and recovery of battle-damaged pavement. Key configurations include AM2 Airfield Expansion Kits, AM2 FOD Cover Kits, and AM2 Training Kits. The contractor will be responsible for all logistics, including loading, unloading, and delivery to selected worldwide locations, potentially austere and remote Forward Operating Bases (FOBs). Detailed specifications for components, packaging, and quality control are outlined in the Statement of Work (SOW) and Attachment A.
Contract & Timeline
- Type: Sources Sought (for market research only, not an RFP)
- Anticipated Contract: 5-year Indefinite Delivery Indefinite Quantity (IDIQ)
- NAICS Code: 332312 – Fabricated Structural Metal Manufacturing (Size Standard: 500 employees)
- Response Due: March 17, 2026, 3:00 PM ET
- Published: January 28, 2026 (Amendment 1)
- Anticipated First Order: Late FY2027
Key Information for Vendors
This is not a Request for Proposal and no award will be made from this notice. Interested firms must submit a capability statement (maximum 15 pages) addressing specific questions related to:
- Relevant Past Experience: Custom tool manufacturing for airfield damage repair, federal supply system, documentation, subcontracting.
- Shipping and Logistics: Tracking, ATTLA requirements, inventory management, overseas shipments, customs, FAR/DFARS compliance, off-loading, damage repair, packing solutions, logistical capacity, potential delays.
- Facilities: Bonded storage, assembly/inspection/staging areas, kit assembly timeframe, storage capacity, indoor inspection areas. Awards may require access to export-controlled data, necessitating DLIS registration and an approved DD Form 2345.
Additional Notes
This notice is for information purposes only and does not constitute a commitment by the Government. No reimbursement will be made for response costs. All attachments, including the SOW, specifications, unit of issue, shipping locations, and drawings, are available for review.