Opportunity

SAM #XTLF24-1011

Phased Repair and Resurfacing of Taxiway A at Vance Air Force Base, Oklahoma

Buyer

71st Flying Training Wing Commander's Support Staff

Posted

May 08, 2026

Respond By

June 23, 2026

Identifier

XTLF24-1011

NAICS

237310, 238110, 238190, 238990

This opportunity involves the phased repair and resurfacing of Taxiway A at Vance Air Force Base, Enid, Oklahoma, managed by the Air Education and Training Command of the U.S. Air Force. - Government Buyer: - United States Air Force, Air Education and Training Command (AETC), Vance Air Force Base, Civil Engineering Design Branch - Products and Services Requested: - Concrete pavement removal and replacement (full- and partial-depth repairs) - Joint seal removal and replacement (cold-applied, single-component silicone sealants per ASTM D5893/D5893M) - Reconstruction of base and subbase, earthwork, and excavation - Geotextile installation (woven pervious plastic yarn sheets per ASTM standards) - New concrete placement (including thickened edges, doweled joints, welded wire reinforcement) - Pavement markings and striping (waterborne or methacrylate paint per FS TT-P-1952 and FS TT-B-1325) - Turf/sod restoration (nursery-grown, certified Bermuda sod) - Construction signage, barricades (including Multi-Barrier Model No. AR10X96 or approved equivalent), and low profile airfield barriers - Concrete spall and crack repair, panel demolition and repair - Notable Requirements: - Work is divided into two phases: Phase 1 (base bid) and Phase 2 (option) - Strict compliance with UFC, FAA, and ASTM standards - Work primarily during non-operational hours (evenings, nights, weekends, and federal holidays) - Detailed quality control, safety, and environmental protection measures - Compliance with Vance AFB access and security requirements - Submittals and approvals required before work commencement - All work must follow attached specifications and drawings - No specific OEMs or proprietary vendors are named; products must meet referenced standards or be approved equivalents.

Description

This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 and FAR 5.204, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued separately.  

Solicitation number XTLF 24-1011 is issued as a Request for Quote (RFQ):

XTLF 24-1011PA Phase 1

XTLF 24-1011PB Phase 2 (Option)

ASRC Federal Gulf State Constructors (AFGSC), the Prime Contractor acting on behalf of the Government is requesting quotes for Repair of Taxiway A at Vance Air Force Base, Enid, Oklahoma. This requirement consists of two (2) separate phases, each solicited under its own CLIN.  Both phases are currently unfunded.  The Government requires pricing to support future funding actions and may award one or both phases if and when funding becomes available.

Scope of Work:

Work includes, but is not limited to:

• Concrete pavement removal and replacement • Full-and partial-depth pavement repairs •Joint seal removal and replacement • Reconstructijon of base and subbase • Earthwork and excavation • Geotextile installation where required • Pavement markings • Turf/sod restoration • Compliance with airfield operational, safety, and access restrictions.

All work shall be performed in accordance with the project specifications and drawings attached to this solicitation.

CLIN Structure        

XTLF 24-1011PA - Phase 1 Repair Taxiway A (Unfunded)

Contractor shall perform all work identified as Phase 1 in drawings and specifications.

XTLF 24-1011PB - Phase 2 Repair Taxiway A (Unfunded Option)

Contractor shall perform all work identified as Phase 2 in the drawings and specifications. 

Funding Notice (Required)     

Neither Phase 1 nor Phase 2 are currently funded.  In accordance with FAR 52.232.18, Availability of Funds, neither AFGSC nor the Government is obligated to award any portion of this requirement or incur any liability unless and until funding is made available in a formal contract.  AFGSC or the Government reserves the right to cancel this solicitation, either before or after the closing date fore receipt of proposals.  In the event AFGSC or Government cancels this solicitation, AFGSC nor the Government has no obligation to reimburse any offeror for any costs, FAR 52.232-18.

Period of Performance:

1. XTLF 24-1011PA Phase 1, base bid requires a 90-calendar day non-performance period and 90-calandar day performance period, for a total period of performance of 180-calendar days.

2. XTLF 24-1011PB Phase 2, bid option, requires an additional 275-calendar day performance period, for a total period of performance of 455-calendar days.

Submission Instructions:

• Offerors shall provide completed Firm-Fixed price quotes for Phase 1 and Phase 2 on attached Bid Forms.

• Quotes shall be valid through October 31, 2026. 

Quotes need to be electronically sent to Betty Kliewer; betty.kliewer.ctr@us.af.mil, NLT June 23, 2026 11:00 AM CST.  No late submissions will be considered or accepted.

AFGSC intends to evaluate quotes using Lowest Price Technically Acceptable (LPTA).  AFGSC or the Government reserves the right to: • Make no award • Make award only after funds are received • Make award to other-than-lowest if the lowest is non-responsive or non-responsible • Reject quotes that are not valid through October 31, 2026.

All Offerors must be fully registerd in SAM.gov at the time of quote submission.

Site Visit:

A site visit will be scheduled and encouraged, Date/Time will be determined and posted as an amendment to this notice.

All Contractors/Visitors must comply with Vance AFB access requirements, including Real ID compliant identification and adherence to installation security procedures, along with vehicle registration and current insurance.

Questions-Answers:

All questions must be submitted using only the provided Q&A Form and email to betty.kliewer.ctr@us.af.mil NLT June 15, 2026. No further questions will be excepted or answered. Responses will be issued via solicitation amendment.

ATTACHMENTS:

Repair Taxiway A Specifications

Taxi A Plans

Phase 1 Bid Sheet

Phase 2 (Option) Bid Sheet

Wage Determination

Q&A Form

Vendor Information

View original listing