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
Mar 10, 2026
3
Submission Deadline
Apr 30, 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, is soliciting proposals for the North Aircraft Parking Ramp (P-012) project at Andersen Air Force Base, Yigo, Guam. This UNRESTRICTED Firm-Fixed-Price solicitation, estimated between $100,000,000 and $250,000,000, involves constructing an aircraft parking apron, taxiways, and associated airfield infrastructure. Proposals are due April 29, 2026, at 2:00 p.m. HST.

Scope of Work

This project, identified as WON 1665555, FY24 AJJY183012 (P-012), requires the construction of an aircraft parking apron with associated taxiways, shoulders, utility yards, an airfield fence, and hydrant fueling pits and piping to accommodate bombers, tankers, and other aircraft. The scope includes all subgrade and subbase work, drainage, airfield lighting, grounding, mooring, markings, fencing, and ramp area lighting. Demolition of existing buildings and utilities is also required.

Key deliverables involve specific CLINs for:

  • Permeable and impermeable infill karst feature mitigation.
  • Cultural resources investigations and post-review discovery management.
  • Electrical Resistivity Tomography (ERT) testing.
  • Removal of abandoned concrete debris, waste debris (excluding concrete), hazardous waste, hazardous liquid waste, and asbestos-containing waste.

Detailed technical specifications cover a wide range of construction divisions, including general requirements, existing conditions, concrete, masonry, metals, thermal and moisture protection, finishes, integrated automation, electrical, earthwork, exterior improvements, utilities, and transportation. Environmental considerations, quality control, and safety adherence (EM 385-1-1, OSHA) are paramount. Extensive civil, structural, mechanical, and electrical drawings, along with geotechnical data (boring and test pit logs), provide comprehensive details for site preparation, utility installation, airfield lighting, and fueling systems.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price
  • Estimated Value: $100,000,000 to $250,000,000
  • NAICS Code: 237310 (Highway, Street, and Bridge Construction)
  • Period of Performance: 15 calendar days to begin performance after Notice to Proceed, with a total completion time of 1479 calendar days.
  • Set-Aside: UNRESTRICTED. A Small Business Subcontracting Plan is required for large businesses.
  • Proposal Submission Deadline: April 29, 2026, 2:00 p.m. HST
  • Subcontracting Plan Deadline: April 30, 2026 (if applicable)
  • Published Date: February 11, 2026

Submission & Evaluation

Proposals must include a Price Proposal (original + 1 copy, sealed) and a Technical Proposal (original + 3 copies, sealed), both submitted electronically in PDF format on CD-ROM. A separate Subcontracting Plan (original + 1 copy) is also required. Offers are solicited on an "all or none" basis; failure to submit for all line items will lead to rejection. Evaluation will be based on the lowest evaluated price among proposals meeting the acceptability standards for technical factors, requiring an overall technical rating of "ACCEPTABLE." Performance and Payment Bonds are required 21 calendar days after award.

Additional Notes

A pre-proposal site visit is scheduled for March 25, 2026, at 9:00 a.m. ChST. A Justification and Approval (J&A) document details the sole-source procurement of a Schneider Electric PowerLogic ION8650B meter for the airfield lighting system, citing standardization and interoperability with the existing Data Acquisition System (DAS) at AAFB.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

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 2Viewing
Solicitation
Posted: Feb 11, 2026
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