Nellis AFB Paving IDIQ
ID: A041182Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

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

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of the Air Force is seeking qualified small businesses for the Nellis AFB Paving IDIQ contract, which focuses on a range of paving and infrastructure projects at Nellis Air Force Base and associated sites within the Nevada Test and Training Range. The contract will involve maintenance, repair, and construction tasks, including asphalt and concrete work, utility installation, and earthworks, all defined through individual task orders with a total program value not to exceed $9.9 million over three years. This opportunity is particularly significant for HUBZone-certified small businesses, as the Air Force aims to identify capable firms to fulfill its construction needs while adhering to strict safety and quality standards. Interested parties should contact Alyssa L. Stine at alyssa.stine@us.af.mil or Patrick W. Mock at patrick.mock.1@us.af.mil for further details and are encouraged to submit their capability statements by the specified deadlines.

    Files
    Title
    Posted
    The Paving IDIQ (Indefinite Delivery Indefinite Quantity) contract for Nellis Air Force Base outlines the requirements for construction-related tasks including maintenance, repair, and development of roadways and related infrastructure in Nevada. The contract encompasses a variety of construction disciplines and emphasizes that all work will be defined through individual Task Orders (TOs), with a guaranteed minimum amount of $40,000 and a total that may not exceed $10,000,000. Key tasks include asphalt repairs, concrete paving, utility installation, and various earthworks. Specific procedures for the demolition, construction, and evaluation processes are mandated. Operations will occur mainly at Nellis AFB and associated sites within the Nevada Test and Training Range, adhering to detailed specifications and safety protocols, including environmental considerations. The contract specifies that the contractor must obtain materials in compliance with established quality requirements and notify the government regarding source materials for approval. Safety measures are integrated into operational procedures, along with necessary performance evaluations to ensure quality compliance. This document serves as a critical framework for executing paving and infrastructure construction projects specific to military needs while ensuring coordination with government oversight and standards.
    Lifecycle
    Title
    Type
    Nellis AFB Paving IDIQ
    Currently viewing
    Sources Sought
    Similar Opportunities
    FY25 Multiple Award Paving Contract (MAPC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FY25 Multiple Award Paving Contract (MAPC) to support the repair, maintenance, and construction of various infrastructure systems at Scott Air Force Base in Illinois. The procurement aims to establish up to five Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for a range of services under NAICS code 237310, with individual task orders valued between $500 and $5,000,000, and an estimated program ceiling of $45,000,000 over an anticipated eight-year performance period. This initiative is crucial for maintaining and enhancing the operational capabilities of the base's infrastructure, ensuring safety and efficiency in military operations. Interested small businesses are encouraged to respond to the attached market survey and submit their qualifications to the primary contact, Regina A. Brand, at regina.brand@us.af.mil, or the secondary contact, Billie J. Olson, at billie.olson@us.af.mil, by the specified deadline.
    Repair Purple Heart Drive Pavement - Dover AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Purple Heart Drive pavement at Dover Air Force Base in Delaware. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the repairs, which include milling, compaction testing, and paving with specific asphalt mixes, all coordinated with Base Civil Engineering. This work is critical for maintaining the infrastructure of the base, ensuring safe and efficient transportation within the facility. Interested small businesses must contact TSgt Joshua Brooks at joshua.brooks.14@us.af.mil or 302-677-5232, or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil or 302-677-5545, with the total period of performance estimated at 104 days from the Notice to Proceed.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    Nellis AFB 40YD Dumpster Roll-Off Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of 40YD Dumpster Roll-Off Service for Nellis AFB. This service is typically used for housekeeping and trash/garbage collection purposes. The procurement will be set aside for small businesses, and the place of performance is Nellis AFB in Nevada, USA. The period of performance is from November 10, 2023, to November 9, 2024. Interested parties are invited to submit a complete quote via email, following the provided instructions. The evaluation of offers will consider technical capability and price, with the lowest price technically acceptable methodology being used. The deadline for submitting offers is November 8, 2023, at 12:00 PM PDT. For more information, interested parties can contact Suzanna Kussman, the Contract Specialist, or Adam R. Confer, the Contracting Officer.
    USACE SPK Design-Bid-Build (DBB) Construction – F-35 East Campus Infrastructure – Hill AFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Sacramento District is planning to solicit a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. This project involves the construction of various facilities, including taxiways, roadways, pump houses, and utility systems, all designed to support the future development of multiple facilities on the east side of the base. The anticipated contract, valued between $100 million and $250 million, is expected to be awarded as a firm-fixed-price Single Award Task Order Contract (SATOC) with a three-year ordering period, with proposals due by November 27, 2024. Interested contractors should register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to participate in the solicitation process, and they can contact Seth Teasdale or Michelle Spence for further information.
    2025 Air Show Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for logistical support services for the 2025 Aviation Nation Air Show at Nellis Air Force Base in Nevada. The procurement seeks a contractor to provide, manage, and remove essential event equipment, including tents, tables, and hospitality chalets, while ensuring compliance with safety standards and regulations. This opportunity is crucial for facilitating a significant military and public outreach event scheduled for April 4-6, 2025, with a delivery deadline of March 31, 2025. Interested small businesses must submit their quotes electronically by September 27, 2024, and can direct inquiries to 1st Lt Vincent McDonough at vincent.mcdonough.2@us.af.mil.
    820 RHS PEB Sunshade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the design, manufacture, and delivery of a pre-engineered building (PEB) kit for the Creech DFAC Outdoor Seating at Creech Air Force Base in Nevada. The project requires compliance with the 2021 International Building Code (IBC) and UFC 3-301-01 standards, with specific dimensions of 60 ft in width, 100 ft in length, and a 9 ft eave height, along with a standing seam metal roof in the color "Sandstone." This procurement is crucial for enhancing operational facilities at military installations, ensuring safety and regulatory compliance in a military environment. Interested small businesses must submit their quotes electronically by 24 September 2024, at 1000 PDT, to SSgt Chase Brandt at chase.brandt@us.af.mil, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    99 CES Hoods and Ducts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for janitorial services focused on cleaning exhaust systems at Nellis Air Force Base (AFB) in Nevada. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform thorough cleaning of hood and duct exhaust systems at various food service facilities, ensuring compliance with safety and operational standards. This contract is crucial for maintaining food safety and operational readiness within military installations, with a performance period from October 16, 2024, to October 15, 2025, and the possibility of four additional option years. Interested small businesses must submit their proposals, including a completed Bid Schedule, by September 30, 2024, and can direct inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Rachel Tilley at rachel.tilley.1@us.af.mil.
    RFI - 820 RHS Heavy Equipment Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking responses to a Request for Information (RFI) regarding the rental of heavy equipment for the 820th RED HORSE Squadron at Nellis Air Force Base, Nevada. The primary objective is to secure a reliable source for heavy vehicle rentals to meet emergent construction needs when government equipment is insufficient, with a contract period set from October 15, 2024, to October 14, 2025. The equipment must comply with safety and legal standards, and vendors will be responsible for maintenance, repair, and coordination of delivery and pick-up, ensuring operational efficiency and safety. Interested firms must submit their responses electronically to SSgt Nathan Doebler at nathan.doebler@us.af.mil by September 19, 2024, at 4:00 PM Pacific Time.
    IDIQ JOC for Other Specialty Trade Projects at Various Government Facilities located within NAS Fallon, NV, and MCMWTC Bridgeport, CA, AOR and Other Locations as Approved
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses to participate in an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for specialty trade projects at various government facilities, primarily located within Naval Air Station (NAS) Fallon, NV, and Marine Corps Mountain Warfare Training Center (MCMWTC) Bridgeport, CA. The procurement aims to identify capable contractors with relevant experience in general building construction, repair, and renovation projects under NAICS code 238990, which encompasses all other specialty trade contractors. The total estimated contract value is $40 million, with task orders ranging from $2,000 to $1.5 million, and the performance period spans two years with an option for an additional three years. Interested contractors must submit their qualifications, including bonding capacity and relevant project experience, by 2:00 p.m. local time on September 24, 2024, to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil.