Amend 01 Asphalt Grant Ave
ID: Asphalt_W91QF425FA003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEAVENWORTHFORT LEAVENWORTH, KS, 66027-0000, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the "Amend 01 Asphalt Grant Ave" project at Fort Leavenworth, Kansas. The project involves the milling and overlay of Grant Avenue, installation of pavement markings, and necessary traffic control measures, with construction scheduled to commence no earlier than June 16, 2025, and to be completed by August 1, 2025. This initiative is crucial for maintaining infrastructure integrity and ensuring safe transportation routes within the military installation. Interested contractors must acknowledge the amendment to the solicitation, with the new bid opening date set for April 10, 2025, and can contact Felipe D. Zaragoza or Jennifer S. Walker for further details.

Files
Title
Posted
Mar 31, 2025, 5:06 PM UTC
The document addresses key questions from a site visit regarding the Asphalt project on Grant Avenue, slated to run from June 16, 2025, to August 1, 2025. It clarifies that construction must adhere to these dates, while preliminary activities can begin after a Notice to Proceed. Contractors are informed that project drawings are available on SAM.gov and that a designated staging area will be the parking lot south of the theater. Responsibilities for tree trimming and temporary pavement markings fall to the contractor, while pedestrian access must be managed to ensure at least one sidewalk remains open. Crosswalk closures are permitted throughout the project, but only one lane may be closed during nighttime work, and full road closures require approval. Overall, the document serves to guide contractors on operational specifics and requirements for the upcoming construction, ensuring compliance with safety and traffic management standards.
Mar 31, 2025, 5:06 PM UTC
The document outlines the requirements for pavement marking as part of the Southside Infrastructure RFP from the US Army Corps of Engineers, specifically related to Fort Leavenworth's Building 52 project. It includes information on stakeholders and specifies that the government will provide conceptual bridging design drawings. However, it emphasizes that these drawings do not exempt the contractor from adhering to all requirements listed in the RFP, including life safety standards, building codes, and Unified Facility Criteria (UFC). The essential notes stress the importance of compliance with all relevant safety and regulatory criteria during the project's execution, reflecting a standard emphasis on safety and quality in government contracting. Overall, this document is a key element of the RFP process, ensuring that bidders clearly understand the obligations and standards required for the successful execution of infrastructure improvements at the designated location.
Mar 31, 2025, 5:06 PM UTC
The document details an amendment to a previously issued solicitation, specifically extending the due date for offers. It outlines the procedures for contractors to acknowledge receipt of the amendment, either through completion of specific forms or electronic communication, noting that failure to acknowledge may lead to rejection of their offer. The key change indicated in the amendment is the new bid opening date, which has been postponed to April 10, 2025. The document maintains that all terms of the original solicitation and modifications remain unchanged, underscoring administrative updates necessary for compliance. For clarity, the amendment section includes specific identifiers such as contract ID codes, effective dates, and the contact information for the contracting officer. This amendment exemplifies standard practices in government procurement processes, ensuring transparency and compliance with federal regulations while facilitating contractor participation.
Mar 31, 2025, 5:06 PM UTC
The document is a Request for Proposal (RFP) issued by the U.S. government for a construction project titled "Asphalt Grant Avenue" at Fort Leavenworth, Kansas. It outlines the requirements for contractors to submit sealed bids for the milling and overlay of Grant Avenue, installation of pavement markings, and provision of necessary traffic control measures while ensuring that one lane of traffic remains open during construction. The solicitation specifies that it is a small business set-aside and details additional contractual requirements, including performance and payment bonds, timelines, and compliance with environmental and safety regulations. The contractor must start work within 10 calendar days of contract award and complete it within 180 calendar days. The document emphasizes the importance of adherence to local safety and environmental regulations, inspections, and the need to submit specific documents including proposed schedules and insurance certifications. A preconstruction conference is mandated to ensure that all parties are familiar with government procedures, responsibilities, and compliance. The solicitation's structure includes sections on project specifics, bidding instructions, contract administration, and necessary clauses, clearly indicating the government's intent to engage qualified contractors to fulfill its infrastructure needs while maintaining safety and compliance standards throughout construction proceedings.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Construction Storm Damage Repairs (HVAC/Windows)
Buyer not available
The U.S. Army Corps of Engineers, Kansas City District, is seeking small businesses to participate in a sources sought notice for a design-build contract focused on replacing HVAC systems and repairing windows in Buildings 1098, 2400, and 102 at Fort Leavenworth, Kansas. The project aims to comply with local building standards and the Secretary of the Interior’s standards due to Building 102's historic designation, with an estimated contract value between $5 million and $10 million. This opportunity is crucial for enhancing the operational efficiency and comfort of the facilities while ensuring adherence to preservation guidelines. Interested contractors must submit their qualifications, including relevant experience and bonding capabilities, by April 17, 2025, with the contract expected to be awarded by September 30, 2025. For further inquiries, contact Jane Bramel at jane.e.bramel@usace.army.mil or Alice Jeffres at alice.m.jeffres@usace.army.mil.
Riprap Overlay at Pomona Lake Project Dam
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the Riprap Overlay at Pomona Lake Project Dam, located in Osage County, Kansas. The project involves regrading and overlaying damaged portions of the upstream embankment slope with bedding and riprap, along with necessary repairs to access roads, debris removal, and other incidental work. This construction project is crucial for maintaining the integrity of the dam and ensuring safety in the surrounding area. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a bid due date extended to April 18, 2025, at 9 AM CDT. Interested contractors can reach out to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Matthew Wilson at MATTHEW.J.WILSON@usace.army.mil for further inquiries.
Z1LB--596-25-2-5821-0005 - 596-25-104 - CLC - Road Repaving
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the CLC Road Repaving project at the Franklin R Sousley Campus, Lexington VAMC. The procurement involves the demolition, removal, and repaving of existing roads while ensuring continuous access for residents, with a focus on compliance with OSHA safety standards and environmental regulations. This project is part of a broader initiative to enhance infrastructure at VA facilities, emphasizing the importance of quality construction and safety in public works. Interested contractors, particularly service-disabled veteran-owned small businesses, must submit their bids electronically by May 7, 2025, following a mandatory site visit on April 14, 2025, with an estimated project cost between $250,000 and $500,000. For further inquiries, contact Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
Construct Flightline Fueling Facility
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Kansas City office, is soliciting proposals for the construction of a Flightline Fueling Facility. This project involves revisions to existing drawings and specifications, including updates to the Davis Bacon wage determination rates, and requires the submission of a past performance questionnaire. The construction of fuel supply facilities is critical for maintaining operational readiness and efficiency in military operations. Interested contractors should reach out to Jeri Halterman at jeri.l.halterman@usace.army.mil or Michael France at michael.g.france@usace.army.mil for further details, with the proposal due date remaining unchanged.
Construction Storm Damage Repairs (HVAC/windows)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Kansas City office, is seeking qualified contractors for construction storm damage repairs, focusing on HVAC and window systems at Fort Leavenworth, Kansas. This procurement is a Total Small Business Set-Aside, aimed at engaging small businesses in the plumbing, heating, and air-conditioning sector, as classified under NAICS code 238220. The repairs are crucial for restoring functionality and safety to the affected buildings, ensuring they meet operational standards. Interested contractors can reach out to Jane Bramel at jane.e.bramel@usace.army.mil or call 816-389-3051 for further details, or contact Alice Jeffres at alice.m.jeffres@usace.army.mil or 816-389-3074 for additional inquiries.
Z2AA--887-MM2425-001 FLNC Update Admin Bldg Interior Complete construction services to update the interior finishes at Fort Leavenworth National Cemetery (887), 395 Biddle Blvd, Fort Leavenworth, KS 66027.
Buyer not available
The Department of Veterans Affairs is soliciting proposals for construction services to update the interior finishes of the Administrative Building at Fort Leavenworth National Cemetery in Kansas. This project, designated as Z2AA--887-MM2425-001, requires compliance with local, state, and federal regulations and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), necessitating verification in the SBA VetCert database and registration in SAM and VIP. The procurement process emphasizes the importance of enhancing veterans' services while promoting opportunities for veteran-owned enterprises, with a bid submission deadline extended to April 15, 2025, at 13:00 CDT. Interested bidders can contact Contracting Officer Shane Hilts at shane.hilts@va.gov or by phone at 402-714-8099 for further details.
LTUY202005 Construct Vehicle Operations Covered Parking
Buyer not available
The Department of Defense, specifically the Army National Guard, is seeking bids for the construction of vehicle operations covered parking at Jefferson Barracks in Saint Louis, Missouri. This project involves providing all necessary labor, materials, and supervision for the construction, with a contract duration of 260 calendar days following the notice to proceed. The project is set aside entirely for small businesses, with a construction magnitude estimated between $1,000,000 and $5,000,000, and includes options for additional features such as waterproof electrical receptacles and gutters. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference and site visit, with the solicitation expected to be issued around May 30, 2025. For further inquiries, contractors can contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or by phone at 314-527-8033.
Fort Campbell UEPH FY 26 Barracks Industry Day
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Louisville District, is hosting an Industry Day for the Unaccompanied Enlisted Personnel Housing (UEPH) Barracks Project at Fort Campbell, Kentucky. The project aims to construct a standard design barracks to accommodate 312 unaccompanied enlisted personnel, including essential facilities such as living quarters, baths, and service areas, while also incorporating sustainability measures and compliance with Department of Defense standards. This opportunity is significant for contractors interested in participating as prime or subcontractors, with an estimated contract duration of 1,100 calendar days and a cost range between $100 million and $250 million. Interested parties should attend the Industry Day on April 23, 2025, at 10:00 AM Central Time, either in person or virtually, and can direct questions to Joshua Westgate at joshua.k.westgate@usace.army.mil.
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.
Fort Riley Soldier Readiness Unit (SRU) Clamshell and Indoor Range Maintenance
Buyer not available
The Department of Defense is soliciting proposals for the maintenance and repair of the Building 675 Clamshell and the indoor shooting range at Fort Riley, Kansas, under contract number W911RX25RA007. The contractor will be responsible for a range of services, including HVAC servicing, plumbing repairs, electrical system maintenance, and pest prevention, with initial repairs required within the first six months and ongoing maintenance capped at $30,000 annually. This contract, valued at $19,500,000, emphasizes compliance with safety regulations and federal laws, and it is set to run from June 1, 2025, to May 31, 2030, with four option years. Interested parties must submit questions by April 16, 2025, to Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil.