Repair Intersection Runway 03-21 & 15-33
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, 628 CONS PK at Joint Base Charleston, SC, has issued a Sources Sought notice for the Repair Intersection Runway 03-21 & 15-33 project. This initiative seeks to identify qualified prime contractors capable of performing extensive pavement panel replacement and ancillary runway work at Joint Base Charleston-Air Base. The estimated dollar magnitude for this project is greater than $10,000,000. Responses are due by March 9, 2026, 12:00 PM EST.
Scope of Work
The project involves the removal and replacement of 136 individual pavement panels, each measuring 25 ft wide x 25 ft long x 24 inches deep, located at the intersection of the primary and secondary runways. Replacement panels will be 26 inches deep. All work must be conducted during 6-8 hour overnight periods (approximately 2300 hrs to 0700 hrs), Thursday through Monday. The process includes saw cutting, removal, installation of temporary panels, and placement of permanent panels using fast-setting concrete capable of achieving aircraft traffic strength within a 3-4 hour cure period, ensuring the runway is open daily. Specialized capabilities and equipment, such as sawing/removal equipment for 24-inch pavement and volumetric mixers for a minimum of 50 cubic yards of fast-setting concrete, are required. Ancillary work includes milling and overlay of existing asphalt shoulders, installation of new runway centerline and edge lighting, runway markings, pavement grinding for smoothness, and pavement grooving.
Contract Details
- Type: Sources Sought (for market research purposes)
- NAICS Code: 237310 - Highway, Street, and Bridge Construction
- Size Standard: $45,000,000.00
- Estimated Value: Greater than $10,000,000
- Anticipated Solicitation: On or about April 20, 2026, on SAM.gov.
- Anticipated Award Method: Tradeoff procedures resulting in the Best Value to the Government.
- Funding: Award is contingent on fund availability.
Eligibility & Set-Aside
This is a Sources Sought notice to determine market capabilities. A set-aside may be applied if responses from two or more qualified firms in relevant socio-economic categories (e.g., 8(a), SDVOSB, HUBZone, EDWOSB, WOSB) are received. Firms should indicate their size (Small Business or Other Than Small Business) and socio-economic status. If a set-aside is implemented, FAR 52.219-14 Limitations on Subcontracting (15% self-performance) will apply. Contractors must be registered in SAM.gov and must not have delinquent tax liability or felony conviction within the preceding 24 months.
Submission Requirements
Interested Prime contractors are requested to submit capabilities packages. Required information includes: indication of qualifying set-aside(s), a positive statement of intent to propose as a prime contractor, UEI Number and Cage Code, evidence of recent (within 5 years) similar experience (with contract details and customer POCs), and evidence of bonding capability of at least $25,000,000.
- Deadline: March 9, 2026, 12:00 PM EST.
- Submission Method: Email response to the primary Point of Contact.
Contact Information
- Primary: Brian T. Hawk (brian.hawk@us.af.mil, 843-963-5165)
- Secondary: Robert R. Melton (robert.melton.6@us.af.mil, 843-963-5173)