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
Mount Pleasant Road Paving
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Norfolk District, is seeking qualified firms for a future procurement related to the paving of Mount Pleasant Road in Chesapeake, Virginia. The project involves road milling, asphalt paving, pavement striping, and the installation of snow-plowable markers along Route 165, with a construction period of approximately 90 days following the Notice-to-Proceed. This opportunity is crucial for maintaining infrastructure and ensuring safe travel in the area, with an estimated contract value between $25,000 and $100,000. Interested contractors must submit their capability packages and responses to the sources sought notice by May 6, 2025, to Major George Jackson at george.jackson@usace.army.mil, with a copy to Stormie S. B. Wicks at Stormie.B.Wicks@usace.army.mil.
Amendment 1: Fort Riley Soldier Readiness Unit (SRU) Clamshell and Indoor Range Maintenance
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for maintenance and repair services for the Clamshell Building 675 and the Indoor Shooting Range at Fort Riley, Kansas. The contract requires comprehensive upkeep, including HVAC servicing, plumbing repairs, and general maintenance to ensure operational readiness and safety, with initial repairs to be completed within six months of contract award. This project underscores the Army's commitment to maintaining its facilities in compliance with federal and state regulations, emphasizing the importance of a safe and functional environment for military personnel. Interested contractors, particularly small businesses, should direct inquiries to Kelsey Anderson or Sheila Banks by April 16, 2025, with a total contract value of $19,500,000 and a performance period from June 1, 2025, to May 31, 2030, including option years.
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.
LTUY202005 Construct Vehicle Operations Covered Parking
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the construction of vehicle operations covered parking at Jefferson Barracks in Saint Louis, Missouri. This project entails providing all necessary labor, materials, and supervision for the construction, with a contract duration of 260 calendar days following the notice to proceed. The procurement is set aside entirely for small businesses, with a contract value estimated between $1 million and $5 million, 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.
Amendment 0009 to Request for Proposal W912DW25R0017 Aircraft Paint Shop
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Paint Shop at Joint Base Lewis-McChord in Washington. This project entails a 5,964 square-foot expansion of an existing facility, which must comply with stringent Department of Defense standards, including sustainability requirements, and will utilize a brand name or equal specification for the Monaco Fire Alarm Radio Building Transceiver. The estimated project cost is approximately $7.9 million, with a construction timeline of 540 calendar days, and proposals are now due by April 24, 2025, following an extension from the original deadline. Interested contractors should direct inquiries to Russell Armstrong at russell.j.armstrong@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further details.
FY26 Ft. Campbell UEPH Barracks - Fort Campbell, KY
Buyer not available
The Department of Defense, through the Department of the Army, is conducting a market survey for the construction of a barracks at Fort Campbell, Kentucky, designed to accommodate 312 unaccompanied enlisted personnel. The project involves constructing a standard design barracks with various facilities, including living quarters, baths, and service areas, while also incorporating essential systems for fire protection, energy monitoring, and antiterrorism measures. This opportunity is significant for small businesses, particularly those certified as HUBZone, 8(a), Woman-Owned, or Service-Disabled Veteran Owned, as the government aims to determine interest for potential set-asides. Interested firms must respond by May 5, 2025, with a detailed submission that includes company verification, project experience, and bonding documentation, and can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil for further information. The estimated contract value ranges from $100 million to $250 million, with a duration of approximately 730 calendar days.
Presolicitation and Virtual Industry Day - W912HN25R4001 - Construct UEPH Barracks Fort Stewart GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is preparing to solicit proposals for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Fort Stewart, Georgia. This project aims to address a significant housing deficit by constructing two buildings totaling approximately 192,737 square feet, providing quality accommodations for 372 soldiers and improving their quality of life. The anticipated contract, valued between $100 million and $250 million, will be awarded using a Best Value Trade Off approach, emphasizing past performance and management strategies. Interested contractors should note that the solicitation is expected to be released around April 30, 2025, with proposals due by May 30, 2025; for further inquiries, contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil or call 912-652-5476.
Construction of Energetic Waste Incinerator (EWI) complex, Lake City Army Ammunition Plant (LCAAP), Missouri
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified firms for the construction of a new Energetic Waste Incinerator (EWI) complex at the Lake City Army Ammunition Plant (LCAAP) in Missouri. This Design-Bid-Build (DBB) contract aims to replace the existing Building 97 and associated storage facilities with a state-of-the-art facility designed for the safe disposal of energetic materials, including an incinerator building, Earth Covered Magazines for environmental waste storage, and a Slurry Building for handling various contaminated materials. The project, valued between $250 million and $500 million, is crucial for maintaining safety and efficiency in the disposal of military energetic waste. Interested parties must submit their qualifications by May 5, 2025, to David Miller at david.f.miller@usace.army.mil, and are encouraged to register for an upcoming informational webinar by contacting both David Miller and Michael France.
Parking Lot Repair and Concrete Pad for CGAHR, Manhattan, Kansas
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking proposals for a Parking Lot Repair and Concrete Pad project at the Center for Grain and Animal Health Research in Manhattan, Kansas. The project involves repairing and resealing the parking lot, as well as constructing concrete pads for a nitrogen tank and a bike rack, with a total budget estimated between $25,000 and $100,000. This initiative underscores the government's commitment to maintaining infrastructure and enhancing safety at federal facilities while promoting opportunities for small businesses, as this solicitation is a 100% small business set-aside. Interested vendors must submit their proposals by April 22, 2025, and ensure they are registered in 'Active' status on SAM.gov; for further inquiries, they can contact Erin Riffey at erin.riffey@usda.gov or by phone at 19706312294.