Construction/Replacement of Taxiways at Scott Air Force Base, IL.
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately.
The intent of this future solicitation will be to select one contractor for the repairs to Taxiways S, F, G, & R at Scott Air Force Base, IL.
Project Location: Hangar Road, Scott Air Force Base, IL 62225
This project will be a design/bid/build replacement of deteriorating taxiway and apron pavements at Scott Air Force Base (AFB). Portions of Taxiway F, G, and R will be reconstructed and realigned. The total concrete/asphalt placement/replacement is approximately 650k sqft. The new pavements will mostly consist of full depth concrete, with small sections of full depth asphalt pavement use to transition to the existing asphalt pavement sections. The current layout of the taxiways has multiple abrupt angle intersections that require considerable additional pavement to meet the UFC standards for the design aircraft (C-5).
Contract duration is estimated at 720 calendar days. The estimated cost range is between $25,000,000.00 and $100,000,000.00. NAICS code is 237310. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service-Disabled Veteran Owned Small Business contractors should respond to this survey by email on 11 July 2025 by 4:00 PM Eastern Time.
Responses should include:
1. Identification and verification of the company’s small business status.
2. Contractor’s Unique Identifier Number and CAGE Code(s).
3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.
4. Descriptions of Experience – Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope.
a. Projects considered similar in scope to this project would include: projects that include both airfield concrete pavement and airfield asphalt pavement construction.
b. Projects considered similar in size to this project would include: new construction of airfield runway or taxiway pavement of at least 300,000 sq. ft.
c. Based on the information above, for each project submitted, include:
1. Current percentage of construction complete and the date when it was or will be completed.
2. Scope of the project.
3. Size of the project.
5. The dollar value of the construction contract and whether it was design-bid build or design-build.
6. The percentage of work that was self-performed as project and/or construction management services or physical construction type work.
7. Identify the number of subcontractors by construction trade utilized for each project.
8. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.
Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/ktNdTsmGem