Skymaster Subgrade Evaluation and Compaction Feasibility
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 60 CONS LGC, is conducting a Sources Sought to identify qualified small businesses for Skymaster Subgrade Evaluation and Compaction Feasibility at Travis AFB, CA. This effort aims to assess the existing subgrade soil on Skymaster Drive to verify its ability to achieve 95% compaction and to provide recommendations for suitability and stabilization. This is a Total Small Business Set-Aside. Responses are due by May 20, 2026, at 8:00 AM PT.
Scope of Work
The primary objective is to determine the feasibility of subgrade evaluation and compaction for a roadway reconstruction project on Skymaster Drive. Key tasks include:
- Obtaining representative subgrade soil samples.
- Performing necessary testing in accordance with applicable codes and standards.
- Confirming the subgrade can achieve 95% compaction.
- Providing written recommendations regarding subgrade suitability and any need for stabilization.
- Submitting all findings to the base for review.
The project involves areas requiring full depth work (e.g., 35,097 sq ft in Skymaster Phase 2, 36,470 sq ft in N Skymaster Phase 1) where sub-grade testing is essential. Other areas, such as the Skymaster Roundabout (13,114 sq ft), may only require milling and overlay, thus not needing sub-grade testing.
Background & Context
The existing roadway consists of approximately 6 inches of asphalt concrete (AC) and underlying aggregate base (AB). The planned reconstruction involves removing the existing AC and AB to a total depth of 18 inches and replacing it with a new section of 6" AC and 12" AB. Prior to this reconstruction, it is critical to confirm that the exposed subgrade can adequately support the new pavement and achieve 95% relative compaction without additional geotechnical remediation like lime treatment.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: F999 (Other Environmental Services, Studies, And Analytical Support)
- Response Due: May 20, 2026, 8:00 AM PT
- Published: May 15, 2026
Response Requirements
Interested vendors must submit responses via email to both brandon.spratt.2@us.af.mil and janella.rivas@us.af.mil. Responses must include:
- Business name and address
- Name of company representative and their business title
- Business size and Type of Small Business (if applicable)
- CAGE Code
- Unique Entity ID (UEI)
- Capability Statement
Additional Notes
This Sources Sought notice does not constitute a Request for Quote (RFQ) or a promise to issue a future RFQ. The Government is not currently seeking proposals and will not accept unsolicited proposals. Responders will not be reimbursed for any information or administrative costs incurred. Not responding to this RFI does not preclude participation in any future RFQ, if issued.