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