Paving IDIQ at Fort Bliss, Texas
ID: W911SG-27-X-PAVEType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Firm-Fixed-Price, single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for paving, repairs, and maintenance of roads and related infrastructure at Fort Bliss, Texas. This procurement, valued at over $10 million over a five-year period, is intended for competitive 8(a) firms and aims to ensure compliance with federal, state, and local regulations, including safety standards. Interested 8(a) firms are encouraged to submit detailed information regarding their capabilities, experience, and financial capacity, with responses due to the primary contacts, Catalina Sandoval and Flor Sanchez, at the provided email addresses. The anticipated NAICS code for this opportunity is 237310, and the contract will include a base year and four one-year options, emphasizing strict adherence to safety and quality control measures.

    Files
    Title
    Posted
    The Department of the Army is seeking a contractor for an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract for paving, repairs, and maintenance of roads and related infrastructure at Fort Bliss, Texas. The contract includes a base year and four one-year options, totaling 60 months. The contractor must provide all personnel, equipment, supplies, and services, adhering to federal, state, and local regulations, including OSHA and Army safety standards. Key personnel, including a Program Manager, Superintendent, Site Safety Health Officer, and Quality Control Manager, each require a minimum of five years of experience and specific certifications. The contractor is responsible for obtaining all necessary licenses and permits, ensuring site safety, and providing all materials, which must comply with the Buy American Act. The government will provide utilities. The contract emphasizes strict adherence to safety plans, quality control, and timely delivery of deliverables and project close-out documentation.
    The U.S. Government has issued a Sources Sought Notice for a Firm-Fixed-Price, single award, Indefinite Delivery Indefinite Quantity (IDIQ) Contract at Fort Bliss, Texas. The contract, anticipated to be more than $10,000,000 over a five-year ordering period, is for repairs, construction, and maintenance of road and related infrastructure. This procurement is intended for competitive 8(a) basis, with an anticipated NAICS code of 237310 (Highway, Street, and Bridge Construction). This notice is solely for information and planning, not a solicitation for offers. Interested 8(a) firms are requested to provide detailed information on their capabilities, experience, financial capacity, bonding capabilities, and any potential constraints. Responses should also include suggestions for structuring the contract to facilitate 8(a) competition and recommendations to improve the contract requirements.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Construct Shipping and Receiving Building, Fort Bliss, TX
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Shipping and Receiving Building at Fort Bliss, Texas. This procurement aims to establish a facility that will enhance logistics and operational efficiency at the military installation. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1JZ for the construction of miscellaneous buildings. Interested parties can reach out to Rodney Alexander at 817-886-1090 or via email at Rodney.d.alexander@usace.army.mil for further details regarding this opportunity.
    Up Range Security Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a bridge contract for security guard and patrol services at Fort Bliss, Texas. This procurement is part of a Justification & Approval (J&A) process aimed at ensuring continued security operations for the Northern range at White Sands Missile Range (WSMR). The services are critical for maintaining safety and security in military operations, highlighting the importance of reliable security personnel in defense activities. Interested parties can reach out to Charles D. Johnson at charles.d.johnson12.civ@army.mil for further details regarding this opportunity.
    Vehicle Maintenance Shop#71
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking industry input for the construction of Vehicle Maintenance Shop 71 at Fort Hood, Texas. This project involves a Design-Bid-Build approach to create a large vehicle maintenance facility, including tactical vehicle parking, storage, and integrated systems, with an estimated cost ranging from $25 million to $100 million and a duration of 900 days. The initiative is crucial for enhancing the operational capabilities of military vehicles and ensuring efficient maintenance services. Interested firms, both small and large, are encouraged to submit their company information, experience, and insights regarding Project Labor Agreements and labor market conditions by December 9, 2025, to primary contact Rodney Alexander at rodney.d.alexander@usace.army.mil or secondary contact Matthew Dickson at matthew.s.dickson@usace.army.mil.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    Justification and Approval: Support Base Services Ft. Bliss 6 Month Extension
    Buyer not available
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command at Fort Sam Houston, is seeking a six-month extension for the existing bridge contract W9124J-22-C-0018 with Tatitlek Training Services, valued at $10,521,957, to ensure the continuity of Support Base Services at Fort Bliss, Texas. This extension is critical to maintain mobilization and deployment activities while the agency addresses delays caused by a Government Accountability Office (GAO) protest regarding a competitive task order under the Support Base Services Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract. The incumbent contractor, Tatitlek Training Services, is deemed the only source capable of preventing a disruption in services that could adversely affect national security and troop readiness. Interested parties can reach out to Kevin Vijayan at kevin.vijayan.civ@army.mil or 210-466-2193 for further information.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Buyer not available
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    Indefinite Delivery Indefinite Quantity (IDIQ) Road Paving Repairs and Maintenance
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking potential contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on road paving repairs and maintenance in Japan. The scope of work includes tasks such as road paving, replacement of parking signs, and installation of underground conduits for communication systems, with contractors required to provide all necessary labor, materials, and equipment. This contract is significant for maintaining infrastructure at various U.S. Navy facilities, including U.S. Fleet Activities Yokosuka and the U.S. Embassy in Tokyo. The solicitation is expected to be released on sam.gov, with a five-year ordering period and an anticipated award in the third quarter of FY26; interested parties should contact Yuko Yoshino at yuko.yoshino.ja@fe.navy.mil for further details.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.
    Border Patrol Station-Freer, Texas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.
    FY23-28 General Construction Services BPA - W911S223S8000
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.