Golf Course/Pedestrian Walkway Bridge
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, specifically the 502 CONS CL at Joint Base San Antonio (JBSA), is conducting a Sources Sought market research effort to identify contractors capable of removing and replacing two pedestrian walkway bridges at JBSA Lackland, TX and JBSA Chapman Training Annex, TX. This requirement is for structurally sound, ADA-compliant prefabricated bridges. This is a Total Small Business Set-Aside. Responses are due by February 16, 2026.
Scope of Work / Key Requirements
The project involves the removal and replacement of two bridges:
- Hole 18 Golf Cart Bridge (B490) at JBSA Lackland (Site A). This will be a prefabricated steel bridge, minimum 8ft wide, 85ft long, with 42" high railings, and an 8-ton load capacity.
- Pedestrian Bridge (B8160) at JBSA Chapman Training Annex (Site B). This will be a prefabricated steel bridge, minimum 8ft wide, 80ft long, with 50" high railings, and an 8-ton load capacity. Both bridges require pressure-treated Douglas Fir wood decking, black corrosion preventative compound, and steel rails. The contractor will be responsible for all management, tools, equipment, labor, materials, and transportation for installation, including site preparation, concrete abutments, ADA-compliant approaches, landscape shoring, retaining walls, and site restoration. Performance standards include 0 defects per month and adherence to a Quality Control Plan.
Contract & Timeline
- Type: Sources Sought / Market Research (Voluntary Request for Information)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: February 16, 2026, 11:00 AM CST
- Published: January 30, 2026
Information Requested from Bidders
Interested parties are requested to provide:
- Confirmation of NAICS code 811310 appropriateness.
- Company's small business status and socio-economic concerns (e.g., HUBZone, SDVOSB, WOSB).
- Acknowledgment of 100% project funding with payment upon completion and verification.
- Questions regarding the draft Performance Work Statement (PWS) (max 2 pages).
- Voluntary cost input for the specified bridge products, indicating GSA or Open Market pricing.
- Estimated lead time for completion of both bridges.
- Details of recent, similar experience (military, governmental, or commercial sites), including contract numbers and POCs. Capability statements/brochures (max 5 pages) are welcome.
Additional Notes
This notice is for market research purposes only, conducted in accordance with FAR Part 10, to determine applicable planning and acquisition strategies. It is not a solicitation for quotes, and no notification of results will be provided. Proprietary information should be clearly identified.