Fort Belvoir Paving IDIQ
ID: W9124J-25-R-ASPHType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

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

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to provide paving installation, maintenance, and repair services at Fort Belvoir, Virginia, under a competitive 8(a) small business set-aside. The project involves comprehensive asphalt work, including new road paving, curb and gutter repairs, and maintenance of existing surfaces, all in compliance with federal, local, and Army regulations. This initiative is crucial for maintaining military facilities and ensuring operational efficiency, with an anticipated contract value between $10 million and $25 million. Interested firms must submit their capabilities and relevant experience to Kyle Tate and Ralph Bowie by 4:00 p.m. (EST) on August 7, 2025, to be considered for this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the work to be undertaken for the Repair/Replace Improved Surfaces at Fort Belvoir, Virginia, including Davison Army Airfield. It specifies the requirements for the project, including the delivery order contract style, where payment is made based on the actual quantity of work completed. Contractors must coordinate their work schedules with the facility's operations, obtaining necessary permits for activities like digging and land disturbance. Safety measures and compliance with regulations, including fire prevention and traffic control, are emphasized. The document also details submittal requirements for materials and components, ensuring they meet the specified standards. Additional considerations include addressing utility interruptions, maintaining security, and requiring antiterrorism training for contractor personnel. The overall purpose is to guide contractors in executing the project while adhering to safety protocols and compliance with federal and local regulations. This initiative reflects the government's commitment to maintaining and improving military facilities through structured processes and detailed specifications.
    Lifecycle
    Title
    Type
    Fort Belvoir Paving IDIQ
    Currently viewing
    Sources Sought
    Similar Opportunities
    Paving IDIQ at Fort Bliss, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Firm-Fixed-Price, single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for paving, repairs, and maintenance of roads and related infrastructure at Fort Bliss, Texas. This procurement, valued at over $10 million over a five-year period, is intended for competitive 8(a) firms and aims to ensure compliance with federal, state, and local regulations, including safety standards. Interested 8(a) firms are encouraged to submit detailed information regarding their capabilities, experience, and financial capacity, with responses due to the primary contacts, Catalina Sandoval and Flor Sanchez, at the provided email addresses. The anticipated NAICS code for this opportunity is 237310, and the contract will include a base year and four one-year options, emphasizing strict adherence to safety and quality control measures.
    Construction of a Vehicle Recovery Range at Fort Lee in Prince George County, VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Norfolk District, is preparing to issue a presolicitation notice for the construction of a Vehicle Recovery Range at Fort Lee in Prince George County, Virginia. This project involves the construction of 24 concrete turning pads, site drainage, and road alignment, executed in three phases, with the contractor required to complete one phase before moving to the next. The contract will be a firm-fixed-price award, set aside for 8(a) Small Businesses, with an estimated value between $5 million and $10 million, and the Invitation for Bid (IFB) is expected to be released electronically around mid-December 2025. Interested bidders should monitor SAM.gov for updates and ensure they are registered in SAM for the submission of offers; for inquiries, they may contact Caleb Bookout at brian.c.bookout@usace.army.mil or Nicholas Lizotte at nicholas.lizotte@usace.army.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.
    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.
    Paving Repairs, Bourne Bridge, Bourne, MA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for paving repairs at the Bourne Bridge located in Bourne, Massachusetts. The project aims to address necessary repairs to the bridge's pavement, ensuring safety and functionality for vehicular traffic. This procurement falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, highlighting the importance of maintaining critical infrastructure. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    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.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.