Dover AFB Asphalt Repair for Arnold Drive
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The 436th Contracting Squadron, Dover AFB, DE, is conducting market research through a Sources Sought notice for Asphalt Repair for Arnold Drive. This effort aims to identify qualified firms for a potential paving contract. The opportunity is designated as a Total Small Business Set-Aside (FAR 19.5). Responses are due by March 31, 2026, at 2 p.m. (EST).
Scope of Work
The anticipated contract involves comprehensive paving work on Arnold Drive. The scope may include, but is not limited to, the construction of asphalt and concrete pavements, curbs, sidewalks, and storm water drainage structures (trench drains, inlets, manholes, storm sewer pipes). It also covers demolition and removal of existing structures, base-wide striping projects, and other miscellaneous appurtenances. Specific tasks detailed in the draft Statement of Work include:
- Roto-milling 7824 SY of asphalt paving to a depth of 1.5 inches.
- Sawcutting transitions to a depth of 1.5 inches.
- Repaving with 7824 SY of PG 76-22 Type “C” asphalt.
- Sealing all asphalt edges to prevent water infiltration.
- Restriping existing patterns, including five new crosswalks and 2900 LF of 4” centerline striping (done immediately after paving and again 30 days later). Crosswalks and stop bars painted once, 30 days after paving.
- Constructing 158 LF of new Type 3 Curb & Gutter.
- Constructing one new handicap ramp per DelDOT specifications. All work must adhere to local, state, and federal standards.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Estimated Magnitude: Between $250,000 and $500,000.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1LB (Construction Of Highways, Roads, Streets, Bridges, And Railways)
- Period of Performance: 44 calendar days (including 14 days for submittals/work clearance), negotiable prior to award.
- Response Due: March 31, 2026, at 2 p.m. (EST)
- Published Date: March 18, 2026
Submission Requirements
Interested firms must submit a capability statement via email to Ms. Princess A. Rivera (princess.rivera.1@us.af.mil) and TSgt. Jacqueline S. Evans (jacqueline.evans.1@us.af.mil). The capability statement should include:
- A summary of the firm's unique capabilities and qualifications for this project type.
- A list of similar completed projects, including project team members, points of contact, scope, and contract type.
- Bonding capacity (per contract and aggregate).
- Current business size status under NAICS code 237310 (Highway, Street, and Bridge Construction), including any small business designations (HUBZone, SDVOSB, 8(a), WOSB, EDWOSB). Firms must be active in SAM.gov to be eligible for any resultant solicitation. Oral communications, telephone, and fax requests are not accepted.
Special Requirements
Contractors must manage traffic, adhere to a typical Monday-Friday, 7:30 AM - 4:30 PM work schedule (unless authorized otherwise), and obtain all necessary permits and licenses. Submittals must be electronic (PDF) with specific naming and bookmarking. A Site Superintendent and Site Safety & Health Officer (SSHO) are required. Adherence to OSHA, environmental regulations, Antiterrorism Level I training, and obtaining DAFB identification badges and vehicle passes are mandatory. A one-year workmanship warranty is also required.