SOURCES SOUGHT
Z -- REPAIR AIRFIELD PAVEMENT FOR RUNWAYS 05-23, 14-32, TAXIWAYS, AND PARKING APRON AT NAVAL AIR STATION (NAS) WHITING FIELD, MILTON, FLORIDA
- Notice Date
- 9/15/2025 11:34:20 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945025R1114
- Response Due
- 9/26/2025 12:00:00 PM
- Archive Date
- 10/11/2025
- Point of Contact
- Cynthia McMonigle, Phone: 9045426606, Lindsay Betteridge, Phone: 9124093846
- E-Mail Address
-
cynthia.a.mcmonigle.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(cynthia.a.mcmonigle.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR A DESIGN-BID-BUILD CONSTRUCTION PROJECT TO REPAIR AIRFIELD PAVEMENT FOR RUNWAYS 05-23, 14-32, TAXIWAYS, AND PARKING APRON AT NAVAL AIR STATION (NAS) WHITING FIELD, MILTON, FLORIDA. THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The anticipated solicitation number is N6945025R1114. The purpose of this notice is for the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB). Potential sources should have current relevant qualifications, experience, personnel, and capability to perform this proposed project. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement. Project Description: The intent of this project is to repair the airfield pavement by mill, overlay, and restripe pavement sections within the north airfield at NAS Whiting Field, including Runway 05-23, Runway 14-32, Taxiway A, Taxiway B, Taxiway C, Taxiway D, Taxiway E, Taxiway F, Taxiway G, Taxiway HL, Taxiway NL, Taxiway APPC, and the adjacent Parking Areas. Approximate total concrete pavement repair area is approximately 800,000 square yards. Repairs will include barricades, saw cutting, milling, asphalt overlay, sweeping and preparing pavement surfaces. Minor repairs to concrete pavement include spall repair and joint replacement. The grade adjacent to the runway shoulder pavement edges will be re-graded, compacted and sodded for positive drainage. All airfield pavement markings will be replaced and the airfield lighting removed and replaced as required, reinstalled and adjusted to enable milling and overlay in accordance with UFC 3-260-01 Airfield and Heliport Planning and Design, UFC 3-260-02 Pavement Design for Airfields, and NAVAIR 51-50AAA-2 General Requirements for Shore based Airfield Marking and Lighting. New airfield markings (striping and numbers) will be applied in accordance with current FAA criteria and UFC 3-260-04 Airfield and Heliport Marking. The Government anticipates that the project will consist of a Base Bid and one (1) Bid Option. The Base Bid work may be divided into construction phases as follows: Phase 1A - Runway 14-32 from northwest approach to the intersection with Runway 5-23, Taxiway B, Taxiway C, and Taxiway D. Phase 1B - Runway 14-32 from southeast approach to the intersection with Runway 5-23 and Taxiway E, Phase 1C � Runway 5-23 from northeast approach including the intersection with Runway 14-32, Phase 2 � Runway 5-23 from the southwest approach to the intersection with Runway 14-32 and Taxiway A, and Taxiway G. These phases are not permitted to be constructed concurrently. Government acceptance of each Phase of work is required prior to the Contractor commencing work on the next Phase, unless otherwise approved by the Contracting Officer. Bid Options are anticipated to be as follows: Phase 3 � Apron APPC, Apron APCR1, Taxiway NL, Parking Area 2, and Parking Area 4-1, Phase 4 � Taxiway HL and Parking Area 4-2 The airfield will remain active throughout construction. The Contractor is required to establish temporary runway thresholds prior to construction including temporary threshold lighting. The anticipated performance period for base bid of this contract will be 540 calendar days. The magnitude of construction is between $25,000,000 and $100,000,000. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The anticipated award date is Fourth Quarter FY 26. Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 4 pages. The information which must be contained in your response is as follows: 1) Contractor Information: Name and address of company, point of contact with phone number and email address. 2) Type of Business: Identify the company�s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 237310 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 3) Bond Capacity: Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity of at least $100 Million per project, and the maximum aggregate bonding. 4) System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Entity Identifier (formerly DUNS Number). 5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. 6) Experience Submission Requirements: Responders shall provide a minimum of two (2) to a maximum of five (5) projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of specific capabilities listed below: Demonstrate Prime Contractor experience constructing airfield runway paving that was self-performed on active airfields; must have been completed and accredited/certified within the last seven years, have a value of approximately $10,000,000 or greater; and were similar in size, scope and complexity to the proposed runway repairs. Projects submitted for the Offeror shall be completed within the past seven (7) years of the date of issuance of this announcement. Provide a brief description including completion date and final contract value. If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project. The response to this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB, and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement no later than 26 September 2025, 3:00 PM Eastern Time via email to cynthia.a.mcmonigle.civ@us.navy.mil, and cc: Lindsay Betteridge at lindsay.e.betteridge.civ@us.navy.mil. The subject line of the email shall state: NAS WHITING FIELD, MILTON, FLORIDA RUNWAYS 05-23, 14-32, TAXIWAYS, AND PARKING APRON. Emails shall be no more than 5 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/63d55c2301454b56ae6cc9f0b0d1a8e5/view)
- Place of Performance
- Address: Milton, FL 32570, USA
- Zip Code: 32570
- Country: USA
- Zip Code: 32570
- Record
- SN07591519-F 20250917/250915230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |