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, 502 CONS CL, is conducting market research via a Sources Sought Notice for the removal and replacement of two pedestrian walkway bridges at Joint Base San Antonio (JBSA) Lackland, TX, and JBSA Chapman Training Annex. This Total Small Business Set-Aside seeks contractors capable of providing structurally sound, ADA-compliant prefabricated bridges and installation services. Responses are due by February 17, 2026, at 11:00 AM Central Standard Time (CST).
Scope of Work
This requirement involves providing all management, tools, equipment, and labor for the removal and replacement of:
- Hole 18 Golf Cart Bridge (B490) at JBSA-Lackland (Site A).
- Pedestrian Bridge (B8160) at JBSA Chapman Training Annex (Site B). Both new bridges must be prefabricated steel, structurally sound, ADA compliant, and allow safe conveyance of pedestrians/golf carts. Key specifications include:
- Site A Bridge: Minimum 8ft width, 85ft length, 42" high railings, 8-ton load capacity, pressure-treated Douglas Fir decking.
- Site B Bridge: Minimum 8ft width, 80ft length, 50" high railings, 8-ton load capacity, pressure-treated Douglas Fir decking. Work includes site preparation (removal of existing bridges, concrete abutment preparation, ADA-compliant approaches, landscape shoring, retaining walls, vegetation removal), installation, and site restoration.
Information Requested from Bidders
Interested parties should provide:
- Confirmation of NAICS code 811310 appropriateness.
- Company's small business status and socio-economic concerns.
- Acknowledgement of responsibility for 100% project funding and completion verification before payment.
- Questions regarding the draft PWS (max 2 pages).
- Voluntary cost input for bridges and pricing source (GSA or Open Market).
- Estimated lead time for completion.
- Recent experience with similar services (military, governmental, or commercial sites), including contract numbers and POCs.
- Capability statements/brochures (max 5 pages).
Contract & Timeline
- Type: Sources Sought / Market Research (IAW FAR Part 10)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J054 (Maintenance, Repair And Rebuilding Of Equipment: Prefabricated Structures And Scaffolding)
- Response Due: February 17, 2026, 11:00 AM CST
- Published: February 10, 2026
Additional Notes
This is a voluntary Request for Information (RFI) for planning purposes only and does not constitute a solicitation. No notification of results will be provided. Proprietary information must be clearly identified. Points of Contact: Miranda Garza (Miranda.garza.2@us.af.mil) and Lauren Macias (lauren.macias.1@us.af.mil).