Opportunity

PIEE #FA487726B0001

Davis-Monthan AFB Paving, Infrastructure, and Systems Upgrade IDIQ

Buyer

355th Cons Pk Sq

Posted

May 11, 2026

Respond By

June 11, 2026

Identifier

FA487726B0001

NAICS

237310, 238990, 238210, 238220, 238290

This opportunity is a multi-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for comprehensive paving, maintenance, and infrastructure upgrades at Davis-Monthan Air Force Base (AFB), Arizona. - Government Buyer: - Department of the Air Force, Air Combat Command, 355th Contracting Squadron, 355th Civil Engineer Squadron, and 355th Communications Squadron - OEMs and Vendors Highlighted: - Schneider Electric (electric meters, gateways) - Siemens (electric meters) - Electro Industries (electric meters) - Trane (chillers) - Kohler (backup generators) - Clow (fire hydrants) - Monaco (fire alarm panels) - Vindicator (intrusion detection systems) - Products and Services Requested: - Paving and maintenance services for airfields, streets, and parking lots (demolition, utility work, sub-grade prep, concrete, asphalt, striping, drainage, rubber removal) - Mobilization/demobilization of equipment (light, medium, heavy, cranes) - Asphalt and concrete pavement milling, removal, repair, and surface preparation - Crack sealing, fog sealing, slurry sealing, and runway rubber removal (up to 4,000,000 SF) - Pavement markings, signage, and traffic control - Installation and maintenance of electric meters (Schneider Electric PM5560, PM8000, ION 8650, ION 8600; Siemens 9410, 9810; Electro Industries Nexus 1272, 1262) - Fiber optic and copper cabling, switchgear, transformer, and electrical infrastructure - HVAC systems (Trane chillers), backup generators (Kohler), fire hydrants (Clow Medallion Model F2545), fire alarm panels (Monaco), and intrusion detection (Vindicator) - Cybersecurity and RMF compliance for control and metering systems - Environmental management and compliance services - Unique/Notable Requirements: - Strict use of specified OEMs for electric meters, chillers, generators, fire protection, and security systems to ensure compatibility with existing base infrastructure - Cybersecurity controls and RMF compliance for all control and metering systems - Environmental compliance, hazardous material reporting, and sustainable landscaping (xeriscaping) - Contractor must provide detailed documentation, as-builts, and training - Bonding capability required; 8(a) small business set-aside - Quantities and Key Line Items: - 400 SY cold mill asphalt, 30,000 LF crack seal, 4,000,000 SF runway rubber removal, 120,000 SF surface preparation, 1,000 tons bituminous surface course, 24,000 LF pavement markings, 100 each concrete curb/gutter/sidewalk, and more - Place of Performance: - All work at Davis-Monthan Air Force Base, Tucson, AZ, with specific delivery, inspection, and contracting offices on base

Description

Department of the Air Force, Air Combat Command, 355th Contracting Squadron, will solicit for a Firm Fixed Price Indefinite Delivery Indefinite Quantity contract at Davis-Monthan AFB, Tucson, AZ. The applicable North American Industry Classification System (NAICS) code is 237310 with a small business size standard of $45M. This project requires performance of all operations associated with airfield/street/parking lot maintenance and repair including demolition, utility work, sub-grade preparation, concrete curb, base course, asphalt surface, sidewalk, striping, drainage, rubber removal on Davis-Monthan AFB, AZ. The project magnitude is between $5,000,000 and $10,000,000.THIS PROCUREMENT IS A COMPETITIVE 8(a) SET-ASIDENOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICIATION UNTIL FUNDS ARE AVAILABLE.THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. All responses to the solicitation must be submitted through the Procurement Integrated Enterprise Environment (PIEE). See solicitation for details. The successful contractor shall be selected based on the lowest bid and upon determination by the Contracting Officer that the prospective contractor is responsible IAW FAR 9.1. An initial Pre-Performance conference will be held at DMAFB, Tucson, AZ. The performance period for this project is anticipated to be 5 years. Interested 8(a) business firms will be required to show evidence of bonding capability as outlined in the solicitation. The closing date and time for submission of offers is June 11, 2026. The entire solicitation will be available in electronic format, for free, only on Contract Opportunities Section at https://www.sam.gov. No paper copies will be issued. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). Register via the SAM website www.sam.gov.All responsible 8(a) sources may submit a bid that shall be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function from SAM.gov. No bidder’s mailing list will be maintained. Primary point of contact (POC): Donald Denno, Senior Contract Administrator, Phone (520) 228-5478, email: donald.denno.ctr@us.af.mil. Alternate POC: Joshua Drawdy, Contracting Officer, Phone (520) 228-5612, e-mail: johshua.drawdy.2@us.af.mil.Direct all correspondence to the Primary and/or Alternate POC listed above. Mailing Address: 355th Contracting Squadron/PKA, 3180 S. Craycroft Rd., Davis-Monthan AFB, AZ 85707.

View original listing