Repair Fence Refueling Parking Area
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 proposals for a Design-Build requirement to repair and replace the chain link security fence for the Refueling Parking Area at Laughlin Air Force Base, Texas. This is a Firm Fixed-Price contract set aside for Total Small Businesses. The project involves a complete 100% design and construction of approximately 2,500 linear feet of new fence and gates, adhering to stringent security and airfield standards. Proposals are due by May 8, 2026, at 2:00 PM local time.
Scope of Work
The contractor will be responsible for both the design and construction phases. Key tasks include:
- Design and installation of approximately 2,500 linear feet of new chain link fence, including two 20-foot automatic sliding gates, one 12-foot swing gate, two 20-foot swing gates, and five 4-foot personnel gates, all with barbed wire.
- Demolition and removal of the existing Petroleum, Oils, and Lubricants (POL) chain link fence and accessories.
- Inspection and repair of motors for automatic sliding gates, replacement of fence signage, and electrical conduit/service.
- Addition of a personnel gate, ADA compliant sidewalk, and bollards.
- All materials must comply with UFGS and Designer of Record (DOR) specifications, with chain link mesh being a minimum of eight feet tall, nine gauge, with a two-inch by two-inch diamond pattern.
- The project requires adherence to strict safety and security protocols due to its proximity to an active airfield.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45,000,000.00.
- Period of Performance: 301 calendar days from the Notice to Proceed (NTP), with work commencing within 7 calendar days of award/NTP.
- Place of Performance: Laughlin Air Force Base, Texas.
- Wage Determination: Bidders must adhere to prevailing wage rates outlined in GDN TX20260292 for highway construction in applicable Texas counties.
Submission & Evaluation
- Proposals Due: May 8, 2026, at 2:00 PM local time.
- Submission Requirements: Proposals must include a completed SF 1442, a detailed Cost and Pricing Estimate, a Proposed Schedule and Project Narrative, a Technical Proposal (addressing Site Management/Key Personnel, Technical Responsiveness, Quality Control Plan, and Schedule Driver), and Past Performance information.
- Evaluation Criteria: Award will be based on Best Value, considering Price, Technical Acceptability, and Past Performance. Technical factors will be rated Acceptable/Unacceptable, with any unacceptable subfactor rendering the entire quote unacceptable. Past Performance must be rated "Acceptable."
- Site Visit: A site visit may be scheduled; requests should be submitted to the listed Points of Contact (POCs).
- CUI Access: For SOW Attachment A (CUI), contact POCs directly or request access in SAM.gov.
Key Requirements & Notes
- Designs and drawings must be prepared by a registered professional engineer and architect.
- A phasing plan is required to ensure continuous force protection.
- Contractors must comply with Laughlin AFB's General Specifications for Construction Projects, Environmental Quality Construction Specifications, and Installation Facility Standards.
- A comprehensive schedule of submittals, including design packages, safety plans, and progress reports, is mandatory.
- Offerors must ensure their representations and certifications are current in SAM.gov.