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 project (WON 1665555, FY24 AJJY183012 (P-012)) at Andersen Air Force Base, Guam. This Unrestricted Firm-Fixed-Price Solicitation involves the construction of a new aircraft parking apron, associated taxiways, and comprehensive airfield support infrastructure. The estimated value is between $100,000,000 and $250,000,000. Proposals are due May 14, 2026.
Scope of Work
This project entails the construction of an aircraft parking apron, taxiways, 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, fencing, and ramp area lighting. Demolition of existing buildings and utilities is also required. Key technical specifications cover aviation fuel distribution, water utility, stormwater, subdrainage, underground electrical, telecommunications OSP, and airfield grounding systems. Environmental considerations include stormwater, waste, natural resources, PFAS-impacted soil, G-RAM/LLRW, and hazardous materials management. The project also involves karst feature mitigation, with an estimated 18,000 CY of fill (9,000 CY impermeable, 9,000 CY permeable), and cultural resources investigations. A specific Schneider Electric PowerLogic ION8650B meter will be sole-sourced for integration with the existing Data Acquisition System (DAS).
Contract Details
- 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: Work to begin within 15 calendar days of notice to proceed, with a total completion time of 1479 calendar days.
- Bonds: Performance and Payment Bonds are required within 21 calendar days after award.
- Set-Aside: Unrestricted. A Small Business Subcontracting Plan is required for large businesses.
- Place of Performance: Andersen Air Force Base, Yigo, Guam.
Submission & Evaluation
- Proposal Submission Deadline: May 14, 2026.
- Submission Requirements: Price proposals (original + 1 copy) and Technical proposals (original + 3 copies) must be submitted in sealed envelopes. Electronic submission (PDF on CD-ROM) is also required. A Subcontracting Plan is due by April 30, 2026.
- Evaluation Criteria: Award will be based on the lowest evaluated price among proposals meeting acceptable technical standards. An overall technical rating of "ACCEPTABLE" is mandatory. Offers are solicited on an "all or none" basis.
Key Clarifications & Amendments
- Amendment 0002 (April 11, 2026): Replaced the Solicitation, Offer and Award (SF1442), Instructions to Proposers, Evaluation Factors for Award, List of Drawings, numerous specific drawings, Temporary Environmental Controls, Natural Resources PWS, and Silicone Elastomeric Coatings sections. Offerors must use these updated documents.
- MEC Screening: The requirement for Munitions and Explosives of Concern (MEC) screening for ground-disturbing activities in Tarague FEA has been deleted; MEC 3R training is now sufficient.
- Experience Requirement: The minimum requirement for new airfield Portland Cement Concrete (PCC) pavement construction (20,000 sq meters and $30 million project value) remains unchanged.
- Joint Ventures: A Joint Venture with a non-U.S. firm can qualify as a "United States firm" if its corporate headquarters are in the U.S., it has filed U.S. taxes for at least 2 years, and employs U.S. citizens in key management positions.
- Geotechnical: Detailed boring and test pit logs are available. For bidding purposes, existing asphalt pavement thickness should be assumed as 6 inches.
- Karst Features: Total estimated repair volume is 18,000 CY (9,000 CY impermeable, 9,000 CY permeable). CLINs 0001AB and 0001AC for karst feature mitigation will use Sheet CG146. Contractors are to price 42,000 LF of ERT testing.
Contact Information
- Primary: Adele Murakami, adele.m.murakami.civ@us.navy.mil, 808-603-0917
- Secondary: Melodie Koike, melodie.s.koike.civ@us.navy.mil, 808-602-8211