WPAFB Airfield Paving and Maintenance
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 Air Force, AFLCMC/PZIO, is conducting a Sources Sought for Airfield Paving and Maintenance at Wright-Patterson Air Force Base, Ohio. This notice seeks capability packages from potential sources for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract. Responses are due by June 12, 2026, 2:30 P.M. EST.
Scope of Work
The work involves furnishing all labor, equipment, appliances, devices, and materials, and performing all operations necessary for the repair and maintenance of airfield pavements. This includes removals and miscellaneous work as specified. The primary work sites are the Airfield in Area A and the Airfield in Area B at Wright-Patterson AFB, Ohio. Emergency situations may require a start work response time as short as one day, particularly for critical work areas within 200 feet of an active Taxiway/Runway.
Contract & Timeline
- Type: Sources Sought (for an anticipated IDIQ)
- Period of Performance: One base year ordering period with four additional year ordering periods.
- Estimated Magnitude: Between $1,000,000 and $13,000,000.
- Maximum Value: $13,000,000.
- Response Due: June 12, 2026, 2:30 P.M. EST
- Published: May 12, 2026
Eligibility / Set-Aside
- NAICS Code: 237310 (Repair, highway, road, street, bridge or airport runway) with a Size Standard of $36.5M.
- This is a market research effort to identify potential sources, including Small Business (SB), HUBZone, 8(a), Woman-Owned (WO), and Service-Disabled Veteran-Owned (SDVO) small businesses.
- No set-aside decision has been made at this stage.
- Prospective Contractors must be registered in the System for Award Management (SAM) database.
Submission & Evaluation
Interested Prime Contractors are encouraged to submit a capability package via email to kalin.ligon@us.af.mil. Responses are limited to 10 pages and fax responses will not be accepted. The capability package should include:
- Statement of intent to bid, firm name, and address.
- DUNS Number and/or CAGE Code.
- HUBZone, 8(a), SDVOSB, or WO certifications (if applicable).
- Capabilities and experience in similar work (limited to 5 pages), including contract details and points of contact.
- Documentation of bonding capability.
- Anticipated subcontracting effort and planned subcontractors.
- Information on potential joint ventures. The government's assessment of these statements will determine if a future solicitation will be full and open or set-aside for small business programs.
Additional Notes
This is a Sources Sought notice for planning purposes only and does not constitute a commitment by the Government. The Government will not reimburse costs associated with submitting information. Advertising or marketing information is not appropriate.
Contact Information
- Primary: Kalin Ligon (kalin.ligon@us.af.mil)
- Secondary: Amy Dromey (Amy.Dromey@us.af.mil)