Sitework & Paving IDIQ_Solicitation
ID: Sitework_Paving_IDIQ_SolicitationType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2835 AFLCMC HANSCOM PZIHANSCOM AFB, MA, 01731-2107, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided PDF document is protected and cannot be viewed with the current reader. It explicitly states that a different, compatible PDF reader is required, specifically one that supports files protected by Microsoft Office. Therefore, the content of the file, which could be related to government RFPs, federal grants, or state/local RFPs, is inaccessible for analysis.
    This Statement of Work (SOW) outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for base sitework and paving at Hanscom Air Force Base, Massachusetts, and several annexes. The contractor will provide all resources for simultaneous maintenance, repair, and minor construction of roadways, parking lots, sidewalks, utility lines (water, sewer, storm drainage, electrical/communication, gas), fencing, landscaping, and other miscellaneous work. All tasks will be executed via individual task orders (TOs) and must comply with extensive federal, state, and local codes, including specific Hanscom AFB regulations. Key personnel requirements include a Contract Manager, Project Manager, Project Superintendent, Quality Control Manager, Safety Manager, and Environmental Manager. Strict guidelines are provided for site use, traffic control, work hours, permits, excavation, material testing, noise control, site maintenance, security, safety, and severe weather protocols. The document emphasizes prompt response for TO proposals and emergency projects, with specific procedures for ordering and executing work, including cost proposals and timelines.
    The Hanscom Air Force Base contract outlines comprehensive procedures for general construction, maintenance, repair, and alteration projects across several locations. Key requirements include government approval for specific submittals (Salvage Plan, Air Force Form 103), adherence to strict work restrictions, and detailed financial reporting. Contractors must follow procedures for utility interruptions and traffic management, obtain DBIDS cards for installation access, and provide escorts at Cape Cod Air Force Station. The contract mandates a cost-loaded Network Analysis Schedule (NAS) using Microsoft Project 2010, detailing activities, responsibilities, and anticipated weather delays. Payments are tied to the Earned Value Report and include specific breakdowns for HVAC TAB services. Project meetings, including preconstruction, progress, and Red Zone meetings, are required. Contractors must maintain an email address for official communications and meet minimum insurance requirements and superintendent qualifications. Salvaged materials remain government property and require a salvage plan. This ensures organized, compliant, and well-managed execution of all tasks under the contract.
    This government file outlines the Site-Work & Paving Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Hanscom Air Force Base (AFB), MA, and its Geographically Separated Units (GSUs) including Sagamore Hill, Cape Cod Air Force Station, Fourth Cliff, and New Boston Air Force Station, NH, with an approval date until April 22, 2025. The document details the scope of work, including demolition, paving, concrete, curbing, and utility details (water, gas, sewer, storm drainage, electrical, communication, and landscaping). It specifies general requirements for contractors, such as coordination with base authorities, adherence to traffic control, archaeological protection, environmental regulations (erosion, sediment, stormwater, dust, and petroleum control), and safety protocols for excavation. The file includes a comprehensive index of drawings and abbreviations crucial for project execution.
    The Hanscom Air Force Base (HAFB) Design Guide outlines comprehensive requirements for Architect/Engineer (A/E) services, covering design, construction supervision, and other related studies. It details personnel qualifications, submittal procedures, and liability clauses, emphasizing adherence to target construction costs and schedules. The guide mandates compliance with Air Force Instructions, Unified Facilities Criteria, and specific HAFB standards, including Anti-Terrorism measures. A/E firms must provide detailed drawings in AutoCAD/Revit format, adhere to strict CAD standards, and prepare technical specifications following Unified Facility Guide Specifications. Comprehensive cost estimates, design analyses with supporting calculations, and detailed surveys are also required. This document ensures quality, consistency, and compliance for all A/E projects at HAFB.
    The Architectural Compatibility Plan (ACP) for Hanscom Air Force Base, published in January 2013, establishes a comprehensive design vocabulary for all exterior and interior aspects of the Base. Its purpose is to ensure consistent design quality across buildings, site development, and streetscapes, creating a unified visual environment akin to a campus or small town. The plan defines two primary architectural themes, Corporate Campus and Military, applied across various development zones like Industrial, Research and Development, Administrative, and Community. It provides detailed design standards for buildings, wall and roof systems, entrances, windows, doors, ancillary structures, landscaping, walkways, roads, parking, signage, site furnishings, sustainability, lighting, and utilities. The ACP also outlines an implementation process for all projects, from initial planning to final design, ensuring adherence to its standards and supporting the Hanscom AFB Installation Development Plan.
    The provided government file indicates that an attachment is available but is too large for a CON IT upload. Therefore, it requires the user to request the attachment via DoD Safe. This suggests the file likely pertains to a federal government RFP, grant, or similar procurement that involves substantial documentation, necessitating a secure and alternative method for file transfer.
    The Hanscom Air Force Base Contractor Environmental Guide outlines mandatory environmental compliance requirements for contractors, subcontractors, and concessionaires working on the installation. It details obligations, responsibilities, and specific environmental regulations across project phases: contract award, design, pre-construction, during construction, and post-construction. Key areas include hazardous material and waste management, stormwater control, protection of natural and cultural resources, and air pollution control. The guide emphasizes adherence to federal, state, and local environmental regulations, as well as Hanscom AFB's Environmental Management System (EMS). It also provides critical emergency contact information and specific submittal requirements for various environmental plans and reports.
    The Hanscom Air Force Base (AFB) Construction Site Stormwater Runoff Control Program, an appendix to the Stormwater Management Plan, outlines requirements for minimizing erosion and sediment discharge into U.S. waters. Developed in July 2019, this program addresses the 2016 Massachusetts Small Municipal Separate Storm Sewer Systems (MS4) General Permit. It mandates that construction site operators implement sediment and erosion control plans, manage wastes, and adhere to procedures for site plan review, inspection, and enforcement. The document details administrative guidelines, personnel responsibilities, and specific requirements for sediment and erosion control plans for both large (over 5,000 sq ft) and small projects. It also specifies best management practices, submittal procedures, plan reviews, pre-construction conferences, inspection protocols, and enforcement actions, including provisions for changes, amendments, variances, and exceptions. Attachments include inspection forms, tracking sheets, and checklists to ensure compliance.
    The Hanscom Air Force Base (AFB) Stormwater Management in New Development and Redevelopment Program outlines standards for managing stormwater runoff from new construction and redevelopment to comply with the 2016 MA MS4 General Permit. This program, detailed in the Hanscom AFB Contractor Environmental Guide, aims to reduce pollutants and manage water quantity through the implementation of Best Management Practices (BMPs) and Low Impact Development (LID) strategies. Key components include an assessment of street design and parking lot guidelines to minimize impervious surfaces by July 1, 2022, and an inventory of at least five permittee-owned properties for potential stormwater retrofits, also due by July 1, 2022. Hanscom AFB, as a Non-Traditional MS4, is exempt from assessing local regulations but allows various environmental practices. Responsibilities for program review, design, inspections, and enforcement are distributed among Hanscom AFB Civil Engineering personnel.
    The Hanscom AFB Contractor Hazardous Materials (HAZMAT) Standard Operating Procedure (SOP) outlines the mandatory requirements for all government contractors concerning the identification, evaluation, management, tracking, and disposal/removal of HAZMAT on Hanscom AFB. This SOP ensures compliance with federal regulations (FAR Clause 52.223-3) and Air Force Manual (AFM) 32-7002. Contractors must submit a list of HAZMAT and Safety Data Sheets (SDSs) for approval within 15 days of contract award, with a 10-business-day approval process. Usage must be tracked monthly via the Contractor HAZMAT Usage Tracking Form, and invoices are contingent on accurate reporting. The SOP emphasizes using less harmful chemicals, restricts certain toxic materials, and mandates removal of all unused HAZMAT and empty containers before contract closeout and final payment. The HAZMAT Program Manager, COR, and Project Manager coordinate approvals, tracking, and compliance enforcement.
    The Department of the Air Force's Hanscom Installation Supplement outlines its Storm Water Management Plan (SWMP) to comply with EPA's NPDES Permit Number: MAR042029. This plan, tailored for Hanscom Air Force Base (HAFB), integrates federal and installation-specific requirements to reduce pollutant discharges into storm water. Key components include six minimum control measures (MCMs) such as public education, illicit discharge detection, and construction site runoff control. The plan details roles and responsibilities, training, recordkeeping, and reporting, adhering to the 2016 MA Small MS4 General Permit. HAFB's SWMP addresses specific environmental concerns like discharges to the Shawsheen River, impaired by pathogens and phosphorus, and incorporates measures for endangered species and historic properties. The plan emphasizes continuous improvement through an Environmental Management System framework, regular reviews, and updates.
    This document, General Decision Number MA20250021, outlines prevailing wage rates and labor requirements for highway construction projects in Middlesex County, Massachusetts, effective September 26, 2025. It details the applicability of Executive Orders 14026 and 13658, setting minimum wage rates for federal contracts. Executive Order 14026 mandates a minimum of $17.75 per hour for contracts entered into on or after January 30, 2022, while Executive Order 13658 requires $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, that are not renewed. The document lists specific wage rates and fringes for various occupations, including Electricians, Power Equipment Operators, Ironworkers, Laborers, Painters, Carpenters, Cement Masons, and Truck Drivers. It also addresses Executive Order 13706, which establishes paid sick leave for federal contractors. The document concludes with a detailed process for appealing wage determinations.
    This document appears to be a highly technical file, likely an RFP or grant, focusing on various engineering and technical specifications, potentially for infrastructure or system upgrades. It details requirements related to electrical systems, mechanical components, and potentially communications or data infrastructure. Key sections involve system integration, safety protocols, compliance with standards, and detailed technical descriptions of components and their functionalities. The file emphasizes precision in design, installation, and maintenance, with repeated references to specific technical parameters and operational guidelines. The fragmented and highly encoded nature suggests it contains detailed schematics, performance metrics, and compliance mandates essential for specialized government projects.
    The Sitework and Paving IDIQ FY2015 Contract outlines a five-year ordering period for various construction and maintenance services across multiple government facilities, including Hanscom AFB and Cape Cod Air Force Station. The contract details an extensive range of tasks categorized into demolition, earthwork, paving, concrete, curbing, water, gas, sewer, storm drainage, electrical and communications, landscaping, fencing, and miscellaneous services. Each category lists numerous specific items with estimated annual quantities and units of measure, though all unit prices and totals are currently listed as $0.00. The document also includes sections for location coefficients and contract markups (overhead, profit, bond), all set at 0.00%. This contract serves as a comprehensive framework for anticipated sitework and paving projects, allowing for future task orders to be placed against the established line items.
    The Sitework and Paving IDIQ FY2015 Contract outlines a five-year ordering period for various sitework and paving services across multiple government facilities, including Hanscom AFB and Cape Cod Air Force Station. The contract details extensive requirements across several categories: Demolition, Earthwork, Paving, Concrete, Curbing, Water, Gas, Sewer, Storm Drainage, Electrical and Communications, Landscaping, Fencing, and Miscellaneous. Each category lists numerous specific tasks with estimated annual quantities, such as cold planing, trench excavation, bituminous concrete installation, granite curb work, installation of various pipes and valves for water, gas, and sewer systems, storm drain cleaning, utility conduit installation, light pole installation, and landscaping services like loaming and seeding. The document also includes provisions for location and premium time coefficients, as well as contract markups for overhead, profit, and bond.
    The Sitework and Paving IDIQ FY2015 Contract outlines a comprehensive 5-year ordering period for various construction and maintenance services across several government facilities, including Hanscom AFB and Cape Cod Air Force Station. The contract details an extensive list of line items categorized into demolition, earthwork, paving, concrete, curbing, water, gas, sewer, storm drainage, electrical and communications, landscaping, fencing, and miscellaneous services. Each category includes numerous specific tasks with estimated annual quantities, such as cold planing, trench excavation, bituminous concrete installation, granite curb work, copper and ductile iron pipe installation, PVC sewer and storm drain pipe installation, utility conduit and electrical system work, landscaping, fencing, and pavement markings. The contract also specifies provisions for location coefficients and various markups (overhead, profit, bond) to be applied to the project total, indicating a flexible, task-order-based approach to sitework and paving needs for the federal government.
    This government solicitation (FA283525B0001) is an Invitation for Bid (IFB) for a 100% Small Business Set-Aside contract titled "Base Sitework & Paving IDIQ FY26" for Hanscom Air Force Base and various annexes. The project involves repair and replacement of roadways, curbing, sidewalks, and associated demolition and earthwork. The contract, under NAICS 237310 with a $39.5M size standard, has a disclosure of magnitude exceeding $10,000,000, with individual task orders not to exceed $3,000,000 and a minimum order guarantee of $2,500. The ordering period is five years from the award date, with a performance period extending six months beyond. Bids are due electronically by October 31, 2025, at 2:30 PM EST. Key clauses include those for ordering, order limitations, indefinite quantity, option to extend services, and limitations on subcontracting. The contract is subject to the availability of funds and requires compliance with the Buy American Act and other federal regulations.
    The Hanscom AFB Site-Work & Paving IDIQ Contract 2020 outlines comprehensive infrastructure projects across Hanscom Air Force Base and its geographically separated units. The project, overseen by the 66th Air Base Group/CENM, includes site plans, demolition details, and extensive paving, concrete, curbing, and utility work (water, gas, sewer, storm drainage, electrical, and communications). Key elements include detailed specifications for new resurfacing, full-depth reconstruction, pavement reclamation, and various repair methods for cracks and spalls. General notes emphasize strict adherence to traffic control, access, staging, archaeological protection, and environmental regulations. The contract requires contractors to prioritize safety, coordinate with base authorities, and restore disturbed areas to their original condition.
    The Department of the Air Force's Air Force Life Cycle Management Center is issuing an Invitation for Bid (IFB) for a 100% Small Business Set-aside Indefinite Delivery/Indefinite Quantity (IDIQ) contract for sitework and paving services at Hanscom AFB, MA, and other associated locations. This Firm Fixed-Price (FFP) contract has a six-year period of performance, a five-year ordering period with no annual spending cap, and individual task orders not exceeding $3,000,000. A $2,500 Post-Award Conference Task Order will be awarded to meet the minimum order amount. The Government intends to award a single IDIQ contract based on the lowest bid price, evaluated without discussions, in accordance with FAR Part 14. Bids are due by 2:00 PM EST on November 27, 2025, and all questions must be submitted by 2:00 PM EST on November 18, 2025. A virtual conference for bid schedule explanation and Q&A was held on October 20, 2025.
    The Department of the Air Force is issuing an Invitation for Bid (IFB) for a 100% Small Business Set-aside Indefinite Delivery/Indefinite Quantity (IDIQ) contract for sitework and paving services at various Air Force and Space Force installations, including Hanscom AFB. This Firm Fixed-Price (FFP) contract will have a six-year period of performance and a five-year ordering period with no annual spending cap. The scope of work includes repair and replacement of roadways, curbing, and sidewalks, along with demolition and earthwork. A single IDIQ contract will be awarded to the lowest-priced, responsible bidder, evaluated without discussions, in accordance with FAR Part 14. Bids are due by December 8, 2025, at 2:00 PM EST, and a virtual conference will be held on October 20, 2025, for a Bid Schedule Explanation and Q&A. Questions from offerors are due by November 18, 2025, at 2:00 PM EST. The bid opening will be held virtually on December 9, 2025, at 12:00 PM EST.
    The Department of the Air Force is seeking bids for a 100% Small Business Set-aside Indefinite Delivery/Indefinite Quantity (IDIQ) contract for sitework and paving at Hanscom Air Force Base and other associated annexes. This Firm Fixed-Price (FFP) contract will have a six-year period of performance and a five-year ordering period with no annual spending cap. A $2,500 Post-Award Conference Task Order will be issued, and individual task orders will not exceed $3,000,000. The scope includes repair/replacement of roadways, curbing, and sidewalks, with associated demolition and earthwork. Bids are due by 2:30 PM EST on October 31, 2025, and will be evaluated without discussions based on the lowest bid price conforming to IFB requirements. A virtual conference for Q&A will be held on October 20, 2025, at 10:00 AM EST. Questions must be submitted by October 22, 2025.
    The Department of the Air Force, through AFLCMC/PZIA, issued an Invitation for Bid (IFB) for a 100% Small Business Set-aside Indefinite Delivery/Indefinite Quantity (IDIQ) contract for sitework and paving services at Hanscom AFB and various annexes. This Firm Fixed-Price contract has a six-year period of performance, a five-year ordering period with no annual spending cap, and a minimum order of $2,500. Individual task orders will not exceed $3,000,000. Bids are due by 2:00 PM EST on November 20, 2025, and will be evaluated without discussions per FAR Part 14. Offerors must meet all IFB requirements, identify any exceptions, and submit questions by 2:30 PM EST on October 22, 2025. A virtual conference will be held on October 20, 2025, at 10:00 AM EST. The award will be made to the lowest-priced, responsible bidder conforming to the IFB, with price reasonableness determined by adequate price competition or analysis of the lowest bid.
    The Sitework and Paving (FA283525B0001) IDIQ Solicitation Q&A addresses various bidder inquiries. The estimated ceiling for the IDIQ is $35M, with a minimum order guarantee of $2,500. It will be a single award IDIQ. Issues regarding inaccessible attachments on Sam.gov were resolved, and the proposal due date was extended to November 6, 2025. Clarifications were provided for numerous line items in Attachment 13 concerning quantities, unit measures, pipe sizes, material types, and inclusion of excavation/backfill, bedding, and fittings. General queries on qualifying quotes and payment for temporary facilities were also answered, with temporary facilities being covered by the coefficient.
    This document is Amendment 0001 to Solicitation FA283525B0001, dated October 9, 2025, issued by AFLCMC HANSCOM PZI. The amendment's primary purpose is to update “Attachment 13 FY26 SW&P IDIQ - Bid Schedule.” The updated attachment removes example coefficients and extraneous filled-in fields, now requiring pricing for potential 52.217-8, Option to Extend Services, usage. This pricing will be part of the total evaluated price but only used if the option is exercised. The amendment explicitly states that the offer receipt hour and date are not extended, and all other terms and conditions remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their offer is not rejected.
    This document is an amendment to a solicitation/modification of a contract (FA283525B0001) primarily for base sitework and paving services at various Air Force installations. Key changes include updating the disclosure of magnitude for construction projects from "more than $10,000,000" to "Between $25,000,000 and $100,000,000" in accordance with DFARS 236.204. The total not-to-exceed (NTE) ceiling value for Line Item 0001 has been explicitly set at $35,000,000.00. Additionally, the response due time for bids has been changed from 2:30 PM to 2:00 PM EST, and the response due date has been extended from October 31, 2025, to November 6, 2025. An updated Performance Work Statement (PWS) is also provided, removing certain restrictions for individuals, and a new attachment, "FY26 S&P IDIQ - SOW - unlocked," has been added. All other terms and conditions remain unchanged.
    This document is Amendment 0003 to Solicitation FA283525B0001, issued by AFLCMC HANSCOM PZI, extending the solicitation response date to November 20, 2025, at 2:00 PM EST. The amendment updates the bid schedule, revises the IFB letter, and includes posted Questions & Answers. It also adds "Attachment 13 FY26 SP IDIQ - Bid Schedule (5 Nov 2025)" and deletes the previous bid schedule dated October 8, 2025. All other terms and conditions of the original solicitation remain unchanged. This modification ensures that potential offerors have updated information and sufficient time to submit their proposals for the FY26 S&P IDIQ.
    This document is Amendment 0004 to Solicitation Number FA283525B0001, issued by AFLCMC HANSCOM PZI on November 13, 2025. The purpose of this amendment is to extend the solicitation response date to November 27, 2025, at 2:00 PM EST, update the Invitation for Bid (IFB) letter, and extend the questions due date to November 18, 2025, at 2:00 PM EST. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in the rejection of offers. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0005 to Solicitation FA283525B0001 extends the response date to December 8, 2025, at 2:00 PM EST. This modification includes an updated Invitation for Bid (IFB) letter, posted Questions & Answers (Q&A), and a revised Bid Schedule. Additionally, the amendment updates the Wage Determinations from Building to Highway and adds a new drawings document titled "Drawings Combined S_P IDIQ Details 24NOV25." All other terms and conditions of the original solicitation remain unchanged. This amendment ensures offerors have additional time and updated information to prepare their submissions.
    This government file addresses various questions and answers regarding the Sitework and Paving (FA283525B0001) IDIQ Solicitation. Key points include the estimated ceiling for the IDIQ being $35M, with a minimum order guarantee of $2,500. The solicitation will result in a single award. Multiple questions clarified discrepancies in Attachment 13, including quantities for various items (E11, J22-J26), units of measure (A09, C08, E08), maximum pipe sizes (A22, A24, A25), and inclusion of excavation/backfill (A22, A23, A24). It was confirmed that Attachment 01 (SOW) had accessibility issues, which have since been resolved. The proposal due date has been extended multiple times, with the final confirmed date being December 8, 2025. Unit prices in the bid schedule are binding for future task orders, and pricing for zero-quantity items is required. Davis-Bacon wages will be for "Highway" construction, not "Building," and offerors are responsible for adopting and forecasting new wages. No plan holder list will be provided, and there is no Bid Bond requirement, though Performance/Payment Bonds will be required for individual project awards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 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.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This total small business set-aside contract, estimated at $5,980,000, requires bidders to submit their proposals by December 9, 2025, at 2:00 p.m. local time, and includes a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov for further inquiries.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads critical for the Air Force Intercontinental Ballistic Missile Program in North Dakota. The project aims to enhance roadway conditions by adding four inches of aggregate surface course and includes specific requirements for roadway reconditioning while adhering to established construction standards. With an estimated project value of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and interested contractors can contact Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further information.
    SABER IDIQ
    Buyer not available
    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.
    Pavement Repair, Seal Coating, and Line Striping, Buffumville Lake, Charlton, MA and Hodges Village Dam, Oxford, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for pavement repair, seal coating, and line striping at Buffumville Lake in Charlton, MA, and Hodges Village Dam in Oxford, MA. The project entails providing all necessary labor, materials, equipment, and transportation to repair pavement cracks, seal coat, and line stripe designated parking lots and dam crest roads, with specific requirements for safety protocols and environmental compliance. This procurement is set aside for small businesses, with a contract value estimated between $100,000 and $250,000, and interested vendors must have an active registration in SAM.gov to be eligible. The deadline for submitting offers is December 10, 2025, at 5:00 PM Eastern, and inquiries can be directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a contract duration estimated at 519 calendar days from the notice to proceed. The project is critical for maintaining operational capabilities and safety standards at the base, addressing significant issues such as asbestos and PCB removal, and ensuring compliance with government regulations. Interested contractors should note that funds are not currently available for this acquisition, and no contract award will be made until appropriated funds are secured; the due date for bids is set for December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.
    Indefinite Delivery Indefinite Quantity (IDIQ) Road Paving Repairs and Maintenance
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking potential contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on road paving repairs and maintenance in Japan. The scope of work includes tasks such as road paving, replacement of parking signs, and installation of underground conduits for communication systems, with contractors required to provide all necessary labor, materials, and equipment. This contract is significant for maintaining infrastructure at various U.S. Navy facilities, including U.S. Fleet Activities Yokosuka and the U.S. Embassy in Tokyo. The solicitation is expected to be released on sam.gov, with a five-year ordering period and an anticipated award in the third quarter of FY26; interested parties should contact Yuko Yoshino at yuko.yoshino.ja@fe.navy.mil for further details.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    Maine Air National Guard Fuel Cell Hangar Construction
    Buyer not available
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.