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

SOL #: N62742-26-R-1300SolicitationSole Source

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
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, Guam. This UNRESTRICTED solicitation involves constructing a new aircraft parking apron, associated taxiways, and comprehensive airfield support infrastructure. The estimated cost is between $100,000,000 and $250,000,000. Proposals are due April 29, 2026, at 2:00 p.m. HST.

Scope of Work

The project, identified as FY24 AJJY183012 (P-012), requires the construction of an aircraft parking apron, taxiways, shoulders, utility yards, an airfield fence, and hydrant fueling pits and piping to accommodate various aircraft. The scope includes extensive subgrade and subbase work, drainage, airfield lighting, grounding, mooring, markings, fencing, ramp area lighting, and other necessary airfield support. Demolition of existing buildings and utilities is also part of the project. Detailed technical specifications cover various construction divisions, environmental considerations (stormwater, waste, PFAS-impacted soil, G-RAM/LLRW), quality control, and safety adherence. Geotechnical data, detailed site plans, grading, drainage, and utility layouts (water, sewer, electrical, communications, fuel) are provided in the extensive drawing sets.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Estimated Value: $100,000,000 to $250,000,000
  • Period of Performance: 1479 calendar days, with performance to begin 15 calendar days after notice to proceed.
  • Set-Aside: UNRESTRICTED. A Small Business Subcontracting Plan is required for large businesses.
  • Bonds: Performance and Payment Bonds are required within 21 calendar days after award.
  • NAICS Code: 237310 (Highway, Street, and Bridge Construction)

Submission & Evaluation

  • Proposal Submission Deadline: April 29, 2026, 2:00 p.m. HST.
  • Submission Method: Original and copies of Price and Technical Proposals, and Subcontracting Plan (if applicable), must be submitted in sealed envelopes. Electronic submission on CD-ROM in PDF format is also required.
  • Evaluation Criteria: Award will be based on the lowest evaluated price among proposals meeting the acceptability standards for technical evaluation factors. An overall technical rating of "ACCEPTABLE" is required. Offers are solicited on an "all or none" basis.
  • Pre-Proposal Site Visit: Scheduled for March 25, 2026, at 9:00 a.m. ChST.

Key Clarifications & Notes

Multiple Q&A documents and Amendment 0001 have been issued. Amendment 0001 replaced the SF 1442 and Instructions to Proposers. Key clarifications include:

  • Experience Requirement: The requirement for 20,000 sq meters of new airfield Portland Cement Concrete (PCC) pavement construction and a project value of $30 million remains unchanged.
  • MEC Screening: Ground-disturbing activities in Tarague FEA will require MEC 3R training, but MEC screening/escort will not be required.
  • HAZMAT: Bid Item 0001AK is for inadvertent discovery of HAZMAT not in RFP surveys; specific items like lead/arsenic impacted soil are under the BASE ITEM.
  • Karst Features: Clarifications on fill quantities (18,000 CY total, 9,000 CY each for impermeable and permeable fill) and ERT testing (42,000 LF) have been provided.
  • Due Date: Requests for an extension to the proposal due date have been denied.
  • Justification & Approval: A separate J&A justifies the sole-source procurement of a Schneider Electric PowerLogic ION8650B meter for integration with the existing Data Acquisition System (DAS).

People

Points of Contact

Files

Files

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

Versions

Version 11
Solicitation
Posted: Apr 30, 2026
View
Version 10
Solicitation
Posted: Apr 17, 2026
View
Version 9
Solicitation
Posted: Apr 13, 2026
View
Version 8Viewing
Solicitation
Posted: Apr 9, 2026
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