WON 1665555, FY24 AJJY183012 (P-012), PDI: NORTH AIRCRAFT PARKING RAMP, ANDERSEN AIR FORCE BASE, GUAM

SOL #: N62742-26-R-1300Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM PACIFIC
JBPHH, HI, 96860-3134, United States

Place of Performance

Yigo, GU

NAICS

Highway (237310)

PSC

Construction Of Airport Runways And Taxiways (Y1BD)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
Jun 4, 2026, 12:00 AM

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 Navy / NAVFACSYSCOM PACIFIC has issued a Solicitation for the North Aircraft Parking Ramp project (WON 1665555, FY24 AJJY183012 (P-012)) at Andersen Air Force Base, Guam. This UNRESTRICTED Firm-Fixed-Price contract, estimated between $100M and $250M, involves constructing a new aircraft parking apron, associated taxiways, and comprehensive airfield infrastructure. Proposals are due June 3, 2026.

Scope of Work

This project entails the construction of an aircraft parking apron, associated taxiways and shoulders, utility yards, an airfield fence, and hydrant fueling pits and piping to accommodate bombers, tankers, and other aircraft. The scope includes all necessary subgrade and subbase work, drainage, airfield lighting, grounding, mooring, markings, and ramp area lighting. Additionally, the project involves the demolition of existing buildings and utilities. Detailed civil engineering drawings cover demolition plans, site and paving, roadway profiles, pavement markings, grading, drainage, karst features, turf reinforcement, and utility layouts (water, sewer, electrical, communications, fuel). Electrical and telecommunications infrastructure, including airfield lighting and grounding, are also specified.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Estimated Value: $100,000,000 to $250,000,000
  • NAICS Code: 237310 (Highway, Street, and Bridge Construction)
  • Set-Aside: UNRESTRICTED
  • Period of Performance: 15 calendar days to begin performance after notice to proceed, with a total completion time of 1479 calendar days.
  • Bonds: Performance and Payment Bonds required within 21 calendar days after award.

Submission & Evaluation

Proposals must be submitted by June 3, 2026, 2:00 p.m. HST. Submissions require an original and one copy of the Price Proposal (sealed), and an original and three copies of the Technical Proposal (sealed). Both price and technical proposals must also be submitted electronically in PDF format on CD-ROM. A Small Business Subcontracting Plan is required for large businesses. Award will be based on the lowest evaluated price among proposals meeting the acceptability standards for technical evaluation factors, requiring an overall technical rating of "ACCEPTABLE."

Key Amendments & Clarifications

Multiple amendments have been issued, with Amendment 0003 (posted April 30, 2026) being the most recent and comprehensive. Offerors must acknowledge receipt of all amendments and review the updated documents, which include revised instructions to proposers, evaluation factors, specifications, and numerous drawings. Key clarifications from Q&A documents and amendments include:

  • The proposal due date was extended to June 3, 2026.
  • MEC screening is not required for Tarague FEA; MEC 3R training is sufficient.
  • Specifications for PFAS-impacted soil excavation and geomembrane liners are provided.
  • Extensive details on karst feature mitigation, including ERT testing for 42,000 linear feet, are included.
  • Concrete strength for electrical duct banks is 3,500 PSI.
  • Natural resource management requirements, including invasive species, fruit bat monitoring, and T&E species salvage, are detailed.
  • Archaeological monitoring is required at Tarague FEA.
  • A Schneider Electric PowerLogic ION8650B meter is a sole-source justified item for integration with the existing Data Acquisition System.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 11Viewing
Solicitation
Posted: Apr 30, 2026
Version 10
Solicitation
Posted: Apr 17, 2026
View
Version 9
Solicitation
Posted: Apr 13, 2026
View
Version 8
Solicitation
Posted: Apr 9, 2026
View
Version 7
Solicitation
Posted: Mar 19, 2026
View
Version 6
Solicitation
Posted: Mar 10, 2026
View
Version 5
Solicitation
Posted: Mar 6, 2026
View
Version 4
Solicitation
Posted: Mar 3, 2026
View
Version 3
Solicitation
Posted: Feb 20, 2026
View
Version 2
Solicitation
Posted: Feb 11, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 27, 2026
View
WON 1665555, FY24 AJJY183012 (P-012), PDI: NORTH AIRCRAFT PARKING RAMP, ANDERSEN AIR FORCE BASE, GUAM | GovScope