Repair Airfield Pavement Crack Seal
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 Department of the Air Force is soliciting bids for Airfield Pavement Crack Seal Repair at Westover Air Reserve Base, Chicopee, MA. This project, identified as YTPM 25-3002, is issued as an Invitation for Bid (IFB) for a Firm-Fixed-Price contract. It is a 100% Total Small Business Set-Aside. Bids are due by April 9, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will furnish all labor, materials, equipment, and supervision to seal cracks on asphalt surfaces, specifically on Taxiways Foxtrot and Romeo, the East Ramp, and the flightline access road. Work includes clearing debris, cleaning and preparing joint surfaces, and applying new joint sealant conforming to ASTM D6690 per UFC 3-270-01. All disturbed surfaces impacted by crack sealing operations must be repainted using Federal Paint Specification TT-P-1952F. The estimated quantity of joint sealant is approximately 1,233 gallons (not to exceed).
Contract Details
- Contract Type: Firm-Fixed-Price (IFB)
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 237310 (Highway, Street, and Bridge Construction) with a $45.0 million size standard.
- Estimated Magnitude: Between $150,000 and $350,000.
- Period of Performance: 60 calendar days from issuance of the Notice to Proceed.
- Place of Performance: Westover Air Reserve Base, Chicopee, MA.
Submission & Evaluation
Bids are due by April 9, 2026, at 2:00 PM EDT. Submissions must be made via mail or hand delivery; facsimile and electronic submittals are not permitted. Award will be made to the responsible bidder whose bid is responsive and most advantageous to the Government, considering only price. Bidders must submit a Bid Bond (Standard Form 24), Representations and Certifications, and insurance compliance documents.
Important Dates & Clarifications
- RFIs/Questions Due: March 26, 2026 (Past)
- Site Visits: Organized site visits occurred on March 19 and March 25, 2026.
- SAM Registration: Bidders must have an active registration in SAM.gov at the time of bid submission and award. Joint Ventures must also have a valid SAM registration.
- Key Clarifications (from RFIs): No state, local, or Federal permits are required. A single individual can fulfill Superintendent, SSHO, and QC Manager roles if they can obligate the prime contractor. Government escorts will be provided at no cost. Lay-down areas will be provided.
Contact Information
- Primary: Douglas P. Fortin (douglas.fortin.1@us.af.mil, 413-557-2513)
- Secondary: Ewa Gosselin (ewa.gosselin@us.af.mil, 413-557-2828)