SOURCES SOUGHT
Z -- Repair Airfield/Base Pavements for Seymour Johnson Air Force Base, Dare County Bombing Range, and Blakeslee Air Force Recreation Area, North Carolina
- Notice Date
- 3/12/2026 7:59:32 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- FA4809 4TH CONS SQ CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
- ZIP Code
- 27531-2456
- Solicitation Number
- FA480926B0001
- Response Due
- 3/20/2026 8:00:00 AM
- Archive Date
- 03/12/2027
- Point of Contact
- DEANDRE FULLER, Phone: 9197221588, Michael Demers, Phone: 9197221599
- E-Mail Address
-
deandre.fuller@us.af.mil, michael.demers.4@us.af.mil
(deandre.fuller@us.af.mil, michael.demers.4@us.af.mil)
- Description
- SOURCES SOUGHT: This is NOT a request for proposal or invitation for bid. The 4th Contracting Squadron, Seymour Johnson Air Force Base, North Carolina announces this sources sought synopsis to Repair Airfield and Base Pavements at Seymour Johnson AFB SJAFB Goldsboro, NC; Dare County Bombing Range DCBR, NC; and Blakeslee Air Force Recreation Area BAFRA in Kure Beach, NC. All applicable provisions and clauses will be included in the actual solicitation. This electronic announcement constitutes the sources sought notice. Interested and qualified firms are being sought for market research purposes.The successful contractor shall be required to furnish all supervision, plant, labor, equipment, and materials to perform: Asphalt Pavement Repair, Sealing, and or Replacement; Walk, Running Trail, Track, and or Athletic Court Repair and or Replacement; Concrete Pavement Repair and or Replacement; Curb and Gutter Repair and or Replacement; Clearing and Grubbing; Excavation, Fill, and Aggregate Base Course; Milling of Bituminous Pavement; Rubber Removal; Pavement Markings; Seeding, Trees and shrubs; Soil Erosion and Control; Railroad work; Airfield, street and area lighting; Waterlines and appurtenances; Sewer lines and appurtenances; Storm Drainage and appurtenances; and all work and incidental work performed in accordance with specifications, drawings, and approved documents that may be subject to the terms and conditions of this potential contract.We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The Government requests interested parties submit a brief description of their companys business status for example, 8a, Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business, anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.The Government anticipates awarding a firm-fixed-price Indefinite Delivery, Indefinite Quantity IDIQ. Task orders would be issued off of the parent IDIQ every time there is a specific pavement repair requirement. The designated North American Industry Classification System NAICS code for this requirement is 237310 Highway, Street, and Bridge Construction.Information Requested from Interested Parties: Interested parties who consider themselves qualified to perform the services described above are invited to submit a response. Your response should include the following information:First, a Capability Statement. All interested firms should submit a capabilities package that outlines the firms capabilities in providing the required services. The Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide the anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed five pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management SAM database.Second, Past Performance. Provide a list of relevant past performance on contracts of similar size, scope, and complexity within the last three to five years. Please include contract numbers, a brief description of the work performed, and a customer point of contact with a current phone number and email address.Third, Business Size and Registration. Provide confirmation of your companys status as a small business under NAICS Code 237310. Please provide your Unique Entity Identifier UEI and evidence of an active registration in the System for Award Management SAM.gov.All interested and capable sources please respond to this posting on or before the date and time listed. Please see the attached specifications document titled Paving IDIQ SPECS- DRAFT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/91c88a32d04d48c283e4ad79d6ecdf9b/view)
- Place of Performance
- Address: Seymour Johnson Air Force Base (SJAFB), Goldsboro,NC; Dare County Bombing Range (DCBR), NC; and Blakeslee Air Force Recreation Area (BAFRA) in Kure Beach, NC. 27534
- Zip Code: 27534
- Zip Code: 27534
- Record
- SN07744084-F 20260314/260312230052 (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 |