FY25 Concrete
ID: FA462025QA938Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Ready-Mix Concrete Manufacturing (327320)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of 144 cubic yards of 5000 psi concrete for maintenance purposes at Fairchild Air Force Base in Washington. The contractor will be responsible for delivering the concrete to four designated locations on the flightline, ensuring compliance with all federal, state, and local regulations, and addressing issues related to flaking concrete that could lead to foreign object debris. This procurement is set aside for small businesses under NAICS code 327320, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested vendors must submit their quotes by April 30, 2025, via email to the designated contracting officials, and are encouraged to contact Angelo Bolanos or Brandon Teague for further information.

    Files
    Title
    Posted
    The RFQ FA462025QA938 from the 92d Contracting Squadron is a solicitation for the provision of 144 cubic yards of 5000 psi concrete, intended for a single continuous pour at Fairchild Air Force Base, WA. This acquisition is set aside exclusively for small businesses under NAICS code 327320. Interested vendors must be registered in the System for Award Management (SAM) and comply with various federal regulations. Quotes are due by April 30, 2025, and must be submitted via email to designated contracting officials. The proposal includes specific requirements for shipping costs, labor, and compliance with applicable laws. Evaluation of quotes will focus on price and vendor eligibility, with the government reserving the right to cancel the solicitation without reimbursement for costs incurred by vendors. Detailed provisions and clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are incorporated, governing the terms of the contract to ensure accountability and compliance in government contracting. This RFQ serves as a formal invitation for small businesses to participate in government contracting, promoting opportunities within the federal procurement system.
    The Statement of Work (SOW) outlines the requirements for the delivery of concrete for maintenance at Fairchild Air Force Base (AFB), WA, in fiscal year 2025. The project involves providing 144 cubic yards of 5000 psi 3/4” Aggregate 3 Slump concrete to four locations on the flightline, addressing issues of flaking concrete that can lead to foreign object debris. The contractor is responsible for all necessary labor, equipment, and transportation, adhering to federal, state, and local regulations. Key points include the requirement that concrete must meet specific quality standards and be delivered on-demand with a notice period of 48 hours. Deliveries must occur within one hour of production, ensuring timely service during continuous pours. Security regulations at Fairchild AFB impose strict access controls for contractor personnel, necessitating background checks and approved identification. The SOW specifies operational hours, delivery logistics, and authorized personnel for order placement, ensuring clear communication and coordination during the project. This initiative reflects the U.S. government's commitment to maintaining infrastructure safety and readiness at military installations.
    Lifecycle
    Title
    Type
    FY25 Concrete
    Currently viewing
    Solicitation
    Similar Opportunities
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunication services that meet specific operational standards outlined in the attached Statement of Work, including requirements for outages, service quality, and various communication lines. This contract is critical for maintaining effective communication capabilities at the base, ensuring mission readiness and operational efficiency. Interested small businesses must submit their proposals by December 18, 2025, at 10:00 AM PST, and can direct inquiries to Michael Salone at michael.salone@us.af.mil or 509-247-8082.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Concrete Sinkers for Buoy Tenders
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for the fabrication and delivery of concrete sinkers, weighing 1,000 lb., 1,500 lb., and 2,000 lb., intended for use by buoy tenders in the Midwest region. The procurement aims to support the mooring of buoys in river systems, with specific requirements for environmentally safe materials and adherence to established specifications, including ASTM standards and USCG drawing dimensions. Interested small businesses are encouraged to respond to the Sources Sought Notice by completing a questionnaire detailing their capabilities and experience, with responses due by December 19, 2025. For further inquiries, interested parties may contact James C. Kanash at james.c.kanash@uscg.mil or by phone at 757-628-4467.
    FD2030-24-00060-04
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Special Notice for the procurement of airframe structural components under the contract title FD2030-24-00060-04. This opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, indicating a focus on specialized components critical for aircraft functionality and safety. The procurement is essential for maintaining and enhancing the operational capabilities of the Air Force's aircraft fleet. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    OFFICE TRAILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an office trailer to be delivered and installed at Tinker Air Force Base in Oklahoma. The trailer must meet specific requirements outlined in the Statement of Work, including dimensions not exceeding 65 feet by 30 feet, a four-room layout, plumbing with two bathrooms and a kitchenette, electrical specifications including a 100-amp service, and comprehensive safety features. This procurement is critical for providing functional office space at the base, and quotes are due by October 29, 2025, at 3:00 PM CDT. Interested parties should contact Bridgette Miles or Katherine Galgano via email for further details and must be registered in SAM to submit their proposals.