Deicer IDIQ
ID: W50S8Z25Q0008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NW USPFO ACTIVITY ORANG 173KLAMATH FALLS, OR, 97603-2108, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

MISCELLANEOUS CHEMICAL SPECIALTIES (6850)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Oregon Air National Guard's 173rd Fighter Wing, is seeking qualified small businesses to provide liquid runway deicer through a Total Small Business Set-Aside contract. This procurement aims to ensure safe airfield conditions by maintaining suitable traction for air traffic during icy and snowy weather from September 10, 2025, to September 9, 2030. The deicer is crucial for operational readiness and safety at the airfield. The complete solicitation is expected to be posted in May 2025, and interested parties must ensure their System for Award Management (SAM) registration is active to be eligible for award. For further inquiries, potential bidders can contact Phillip Chik at phillip.l.chik2.civ@army.mil or Shana Stroh at shana.stroh@us.af.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Synopsis - Deicer IDIQ
Currently viewing
Presolicitation
Similar Opportunities
Supply Blanket Purchase Agreement
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for supplies under NAICS 212393: Other Chemical and Fertilizer Mineral Mining. The BPA Holder must be able to provide E-36 Liquid Deicing/Anti-Icing Fluid, which must be at least 50 percent potassium acetate by weight and include corrosion inhibitors. The liquid must be nonflammable, not separate during storage, have a freezing point of minus 60 degrees Celsius or lower, and be effective to minus 29 degrees Celsius. It must not require special storage and must not contain urea or glycol. The quantities will be determined on individual BPA calls, and all quantities shall be delivered in bulk to Fort Drum, NY. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.
FY26 CES Snow Removal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for snow removal services at Fairchild Air Force Base in Washington for fiscal year 2026, with options for four additional years. The procurement is a total small business set-aside under NAICS code 561790, requiring contractors to provide personnel, tools, and equipment for snow removal across designated areas, including sidewalks and parking lots, with strict timelines for service initiation and completion based on snow accumulation. This contract is crucial for maintaining safe and accessible conditions during winter months, ensuring operational readiness and community safety. Interested vendors must submit proposals by April 30, 2025, and are encouraged to attend a site visit on April 15, 2025; for further inquiries, they can contact Branden Lawson at branden.lawson@us.af.mil or Valerie Lawrence at valerie.lawrence@us.af.mil.
Supply Blanket Purchase Agreement
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for supplies under NAICS 212393: Other Chemical and Fertilizer Mineral Mining. The BPA Holder must be able to provide Solid Runway Deiver - Sodium Acetate - Anydrous Must be Spherical shaped. Must be compatible with liquid potassium acetate deivers. Must be at least 97% anydrous sodium acetate by weight with less than one percent corrosion inhibitors. Must meet FAA approved specification SAE AMS 1431 for deicing and anti-icing compounds in the form of a solid for use on runways and taxiways. Shall be deliverable in bulk. Quantities will be determined on individual BPA calls. All quantities shall be delivered in bulk. Material will always be delivered to Fort Drum, NY and delivery point will be determined by call. BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM), representations and certifications must also be on record. Initial responses are requested within 30 days of the posting date.
16--BOOT,DEICER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of deicer boots, specifically NSN 1650015808449, under a total small business set-aside. The requirement includes a quantity of three units to be delivered to DLA Distribution within 171 days after the order is placed, with the approved source being 0AJJ0 29S-4D5287-01. These components are critical for aerospace applications, ensuring the operational readiness of aircraft in cold weather conditions. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
Supply Blanket Purchase Agreement
Buyer not available
Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of Road Salt (Mineral Sodium Chloride) for melting snow and ice on all surfaces at Fort Drum, NY. The quantities will be determined on individual BPA calls and must be delivered in bulk tons by FLOW-BOY Tracter Trailer for off-loading into a salt style storage facility. Bagged material will not be accepted. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.
Bulk Ice Purchase with Reefer Storage
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking a contractor for the procurement of bulk crushed or cubed ice with reefer storage for delivery to Joint Base McGuire-Dix-Lakehurst (JBMDL) in New Jersey. The contract requires the delivery of 110,000 pounds of bagged ice, which must be clean, fit for human consumption, and packaged in 20-pound bags, with strict adherence to FDA labeling requirements. This ice will be utilized for various military operations, emphasizing the importance of maintaining safety and quality during transportation and storage. Interested vendors should contact Angela Graham at angela.j.graham6.civ@army.mil or Ralph Jones at ralph.m.jones12.civ@army.mil for further details, with the performance period set from June 18 to July 24, 2025, and a total small business set-aside designation under FAR 19.5.
JBSA Runway Friction Testing Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide runway friction testing services at Joint Base San Antonio (JBSA) in Texas. The procurement involves conducting friction surveys on four runways across three installations, adhering to Federal Aviation Authority (FAA) guidelines, which mandate annual evaluations using Continuous Friction Measuring Equipment (CFME) at specified speeds. This testing is crucial for ensuring the safety and operational efficiency of airfield runways. Interested parties should note that the contract is set aside for small businesses, with a proposed solicitation number FA301625R0030 and an estimated closing date for responses on May 8, 2025. For further inquiries, contact Chad Olson at chad.olson.4@us.af.mil or 210-802-7358.
FY 25 Airfield Preventative Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Airfield Preventative Maintenance project at Dover Air Force Base in Delaware. The project entails comprehensive maintenance tasks, including crack sealing 30,000 linear feet of asphalt pavement, installing joint seals, repairing manhole structures, and reseeding disturbed areas, all aimed at ensuring the airfield's operational integrity. This contract, valued between $250,000 and $500,000, is set aside for small businesses and requires compliance with federal labor standards, including the Davis-Bacon Act. Interested contractors must submit sealed bids by April 18, 2025, and can direct inquiries to Justin Bordalo at justin.bordalo@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
TRUEGARD 100% Propylene Glycol
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of 16 units of TRUEGARD 100% Propylene Glycol, a specialized inhibited heat transfer fluid, to be delivered to the McAlester Army Ammunition Plant in Oklahoma. Bidders must submit technical specifications along with their proposals, as only brand-name products will be accepted with no substitutions allowed. This procurement is crucial for maintaining operational efficiency in military applications that require effective heat transfer solutions. Interested contractors, particularly small businesses, must ensure they are registered in the System for Award Management (SAM) and submit their bids by April 14, 2025, at 10:00 AM, with delivery expected by April 23, 2025. For further inquiries, potential bidders can contact Angela Rouse at angela.m.rouse3.civ@army.mil or by phone at 918-420-7175.
Remanufacture of KC-135 Flutter Dampener 1650008983516FL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Flutter Dampeners under a total small business set-aside contract. The procurement aims to ensure the quality and reliability of critical military equipment, with contractors required to adhere to stringent operational procedures, quality assurance measures, and supply chain risk management protocols as outlined in the Statement of Work (SOW). This contract spans a five-year period, including a three-year basic requirement and a two-year option, with proposals due by May 19, 2025. Interested parties can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.