ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

N4008526R0032 - Misc Paving, Concrete and Minor Construction (Base + 4 Option Year IDIQ) at Naval Weapons Station Earle

DEPT OF DEFENSE N4008526R0032
Response Deadline
Feb 13, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFACSYSCOM MID-ATLANTIC), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for miscellaneous paving, concrete, and minor construction services at Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contract encompasses a base year plus four option years, with a total estimated value between $1,000,000 and $5,000,000, and is set aside exclusively for small businesses. The successful contractor will be responsible for a variety of tasks including pavement installation, concrete rehabilitation, and maintenance of traffic control devices, with proposals evaluated based on the Lowest Price Technically Acceptable (LPTA) method. Interested parties must submit their proposals by February 13, 2026, and are encouraged to contact Jessica Mercurio at jessica.a.mercurio.civ@us.navy.mil or Joseph Henrius at joseph.henrius@navy.mil for further information.

Classification Codes

NAICS Code
237310
Highway, Street, and Bridge Construction
PSC Code
Y1LB
CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS

Solicitation Documents

13 Files
DBA WD NJ20250001 (Rev 12.12.2025).pdf
PDF604 KBFeb 9, 2026
AI Summary
The government file details various procurement requests and outlines different categories for goods and services. It appears to be a compilation of multiple solicitations, each with specific requirements and evaluation criteria. Key sections include general information, specific item or service descriptions, and contractual terms. The document also presents detailed tables and checklists, likely for administrative purposes and compliance checks. Given the context of government RFPs and grants, the file aims to solicit bids from vendors for a range of government needs, ensuring transparency and adherence to established procurement guidelines. The repeated structural elements across different sections suggest a standardized approach to government contracting, facilitating consistent application of rules and expectations for potential contractors.
RFI Response 01 - N4008526R0032 Paving IDIQ.xlsx
Excel11 KBFeb 9, 2026
AI Summary
This document addresses a contractor's question regarding Solicitation # N4008526R032 for Miscellaneous Paving, Concrete, & Minor Construction (ACQR 6137585). The contractor inquired if this was a new requirement and requested incumbent information. The government clarified that it is not a new requirement and identified L&L Paving Co as the incumbent contractor under Contract # N4008520D0066. The RFI revised date was January 13, 2026, with RFIs due by January 23, 2026, and bids due by February 6, 2026. A site visit was scheduled for January 16, 2026.
Solicitation - N4008526R0032 Misc Paving_Concrete_and_Minor_Construction.pdf
PDF1011 KBFeb 9, 2026
AI Summary
The Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFACSYSCOM MID-ATLANTIC) has issued Solicitation Number N4008526R0032, an Indefinite Delivery Indefinite Quantity (IDIQ) Request for Proposal (RFP) for miscellaneous paving, concrete, and minor construction services at Naval Weapons Station Earle (NWSE) in Colts Neck and Leonardo, NJ. This 100% Small Business Set-Aside contract, with an estimated cost range of $1,000,000.00 to $5,000,000.00, includes a base year and four one-year option periods, totaling five years. A minimum guarantee of $25,000.00 is provided for the contract's duration.Proposals are due by February 6, 2026, at 11:00 AM EST, and must be submitted electronically. A mandatory site visit is scheduled for January 16, 2026, at 10:00 AM EST. Offerors must provide a bid guarantee of 20% of the bid price. The award will be based on the Lowest Price Technically Acceptable (LPTA) method, evaluating price, corporate experience (relevant contracts over $1,000,000), and past performance (no unsatisfactory ratings within three years). Contractors must comply with military base access standards, including Real ID or passport, proof of permanent residence, and a criminal history background check. Davis-Bacon Wages (NJ20250001) are incorporated into the RFP.
REVISED - ELINs Table IQ Bid Schedule - NWSE Paving IDIQ (REV 001).xlsx
Excel109 KBFeb 9, 2026
AI Summary
This government file outlines an Indefinite Quantity Work schedule for a base period and four option periods, each priced at $100,000, totaling $500,000. The work primarily involves excavation, removal, and disposal of various materials like earth, concrete (reinforced and unreinforced), and bituminous material, with different specifications for thickness and equipment used. It also includes providing new concrete, saw cutting, adjusting and replacing utility covers and manholes, and various paving and striping services for roadways and parking areas. Additional tasks cover pothole repair, guard rail installation, milling, soil work, pipe installation, and specialized labor such as laborers, masons, equipment operators, and land survey teams. The quantities listed are estimates for evaluation purposes, and unit prices for labor are subject to the Davis-Bacon Act. The file emphasizes that pricing for each period covers labor, equipment, and materials for these unit-priced and non-separately priced tasks, with specific burden rates for materials and specialized equipment.
RFI Response 02 - N4008526R0032 Paving IDIQ.xlsx
Excel16 KBFeb 9, 2026
AI Summary
This RFI (Request for Information) Revised Date document, related to Solicitation #N4008526R0032 for Misc Paving, Concrete, & Minor Construction, clarifies various aspects of an anticipated Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The government confirmed that the contract will be awarded to a single contractor, not multiple. It is not a new requirement, with L&L Paving Co. being the incumbent under Contract #N4008520D0066. Key clarifications include the provision of a revised ELIN sheet with corrected quantities, instructions for bidders on presenting proposals for specific line items (A0023S and A0023T) by providing a fully burdened rate percentage, and the requirement for payment and performance bonds based on the minimum guaranteed contract value of $25,000. Additionally, performance bonds are required for task orders exceeding $150,000, and alternate payment protection for task orders between $35,000 and $150,000. The total value of the prior 5-year contract was $5,139,414.30. The document also addresses questions regarding task order frequency, typical dollar ranges, anticipated response times (including 24 hours for emergencies), staging areas (which will be task order specific), base access for workers and deliveries, traffic control pricing, and the acceptability of alternative past performance questionnaires.
site visit paving.pdf
PDF50 KBFeb 9, 2026
AI Summary
The NWS Earle Site Visit Sign-In Sheet documents attendance for a visit related to RFQ N4008526R0032, concerning "Misc Paving, Concrete and Minor Construction." The visit took place on January 16, 2026, at 10:00 AM. Attendees included representatives from various paving, construction, and engineering companies, such as GAVER Industries, SAG Paving, Paving Plus LLC, MFS Construction, KUNJ COMBT., The OAK Goop In C, Pennoni, Midlantic Construction, BuilderMa, CLEAN CONSTRUCTION, PRO FACILITIES, MERIT, DA KYLE CONTI, K2CG, Express Telecommunications, and LIL PAVING E. Personnel from PWD Earle, PM&E Branch, and SPR Corporation also signed in. The document serves as a record of interested parties and their contact information for this federal government contract opportunity.
Specifications - NWSE Paving IDIQ.pdf
PDF1661 KBFeb 9, 2026
AI Summary
This government work order (1851404) outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for paving and related construction, repair, and alteration services at Naval Weapons Station Earle in Colts Neck and Leonardo, NJ. The contract, effective for FY2025, covers a broad scope including pavements, sidewalks, concrete, and utility work. Key administrative and procedural requirements are detailed, such as the mandatory use of the NAVFAC's Electronic Construction and Facility Support Contract Management System (eCMS) for all project documentation and communications. The document emphasizes strict adherence to governmental safety regulations (EM 385-1-1), contractor access protocols including DBIDS registration, detailed price and payment procedures, and specific project scheduling and quality control mandates. It also highlights requirements for preconstruction meetings, facility turnover planning (Red Zone Meetings), and partnering to ensure efficient project execution and compliance.
ELINS Table IQ Bid Schedule - NWSE Paving IDIQ.xlsx
Excel105 KBFeb 9, 2026
AI Summary
The document outlines an Indefinite Quantity Work Bid Schedule for base and option periods, focusing on various construction and repair services. The services are categorized into "Separately Priced Indefinite Quantity Work" and "Not Separately Priced Indefinite Quantity Work." Separately priced items include excavation, concrete work (jackhammering, removal, disposal, and pouring), saw cutting, adjustments/replacements of manholes, valves, and utility covers, paving (bituminous material, base, binder, and wear courses), curb and sidewalk work, roadway striping and painting, railroad track flange shaping, bumper block installation/removal, utility excavation repair, core drilling, catch basin replacement, manhole repair, drain grate provision, pothole repair, guard rail installation, milling services, borrow excavation, topsoil provision, seeding, and pipe installation (cast iron, reinforced concrete, and plastic). Not separately priced work covers task hour labor for laborers, masons, equipment operators, and land survey teams, along with materials and specialized equipment, all subject to the Davis-Bacon Act. The prices for both categories are currently set at $0.00, indicating a placeholder for future bidding or agreement. The document is structured with a base period and four option periods, each detailing the same scope of work.
Solicitation Amendment N4008526R00320002 SF 30 Misc Paving_Concrete_and_Minor_Construction (0002).pdf
PDF591 KBFeb 9, 2026
AI Summary
This government solicitation amendment, N4008526R00320002, focuses on procuring miscellaneous paving, concrete, and minor construction services for Naval Weapons Station Earle. The bid due date has been extended to February 13, 2026, and an updated "ELINs Table IQ Bid Schedule" (REV 003) is now required for submissions. This is a 100% small business set-aside RFP, with a project magnitude between $1,000,000 and $5,000,000, and a performance period of a 12-month base plus four 12-month options (5 years total). Proposals will be evaluated based on Lowest Price Technically Acceptable (LPTA), considering price, corporate experience (similar projects over $1M), and past performance. Contractors need to adhere to specific submission requirements, including valid SAM registration, UEI/CAGE codes, and a site visit on January 16, 2026. Updated wage determinations (Davis-Bacon Wages NJ20260001) are also incorporated.
02.09.2026 UPDATE - ELINs Table IQ Bid Schedule - NWSE Paving IDIQ (REV 003).xlsx
Excel111 KBFeb 9, 2026
AI Summary
The document outlines a comprehensive Indefinite Quantity Work schedule for the Base Period and First Option Period, detailing a wide array of construction, repair, and maintenance tasks. The scope of work includes excavation, concrete removal and installation (reinforced and unreinforced), bituminous material handling (removal, base, binder, and wear courses), saw cutting, adjusting and replacing utility covers (manholes, valves, inlets, trenches), curb and sidewalk work, roadway striping and painting (letters, arrows, handicapped symbols), railroad track wheel flange shaping, bumper block installation, utility excavation repair, core bore drilling, catch basin replacement, manhole repair, drain grate provision, pothole repair, guard rail installation, milling services, borrow excavation, topsoil placement, and seeding. It also covers the provision and installation of various types of pipes (cast iron, reinforced concrete, ADS plastic). The pricing structure is divided into Separately Priced and Not Separately Priced items, with the latter including task hour labor (Laborer, Mason, Equipment Operator, Land Survey Team), and material and specialized equipment costs with associated burden rates. The estimated total price for each period is $100,000.00, totaling $500,000.00 across all five periods. All work references Section C 01026 for specifications, and labor is subject to Davis-Bacon Act wage rates.
Solicitation Amendment N4008526R00320001 SF 30 Misc Paving_Concrete_and_Minor_Construction.pdf
PDF620 KBFeb 9, 2026
AI Summary
This document is an amendment to Solicitation N4008526R0032 for an Indefinite Quantity (IDIQ) contract for miscellaneous paving, concrete, and minor construction at Naval Weapons Station Earle (NWSE), Colts Neck & Leonardo, NJ. The amendment extends the bid due date from February 6, 2026, to February 11, 2026, by 1100 EST. It also provides a revised attachment titled “FINAL REVISED - ELINs Table IQ Bid Schedule - NWSE Paving IDIQ (REV 002)” and includes responses to Requests for Information (RFIs) regarding the Bid Schedule. The solicitation is set aside for Small Business Concerns, with an estimated cost range of $1,000,000.00 to $5,000,000.00, including all options. The contract will have a base year and four twelve-month option periods, totaling five years. A site visit is scheduled for January 16, 2026, and contractors must submit an attendee list by January 15, 2026. Updated Davis-Bacon Wages (NJ20260001, dated 01/30/2026) have been incorporated, along with new military base access standards effective May 7, 2025. All other terms and conditions of the original solicitation remain unchanged. Contractors are reminded that proposals must be emailed to the specified POCs.
FINAL REVISED - ELINs Table IQ Bid Schedule - NWSE Paving IDIQ (REV 002).xlsx
Excel111 KBFeb 9, 2026
AI Summary
The government file details an Indefinite Quantity Work contract for various construction and maintenance services across a base period and four option periods, totaling $500,000. Each period is priced at $100,000. The services include excavation, concrete work (jackhammering, removal, disposal, and pouring), bituminous material work (removal, disposal, and paving with base, binder, and wear courses), saw cutting, adjusting/replacing utility covers (manholes, valves, inlets, trenches), curb and sidewalk removal and installation (concrete and asphalt), roadway and parking area striping and painting (lines, letters, arrows, handicapped symbols, fire zones), shaping wheel flanges for railroad tracks, installing and replacing bumper blocks, replacing various utility boxes, repairing/patching utility excavations and potholes, milling services for paved surfaces, providing and grading borrow excavation and topsoil, seeding, installing cast iron and reinforced concrete pipes, installing ADS plastic pipe, providing and installing reinforced fabric for bituminous overlay, installing highway-type guard rails and terminals, installing loading dock bumpers, and geotechnical test boring. Additionally, the contract includes provisions for non-separately priced task hour labor (laborers, masons, equipment operators, land survey team), materials, and specialized equipment, with estimated quantities provided for offer evaluation. All work is subject to Davis-Bacon Act wage rates.
RFI Response 03 - N4008526R0032 Paving IDIQ.xlsx
Excel17 KBFeb 9, 2026
AI Summary
This government file details contractor questions and government responses regarding Solicitation #N4008526R0032 for Miscellaneous Paving, Concrete, & Minor Construction IDIQ. Key information includes that the contract will be awarded to a single contractor, is not a new requirement (previous contractor: L&L Paving Co., Contract #N4008520D0066), and has a minimum guarantee of $25,000. Task orders are issued as needed, pending funding. Bonding requirements vary by task order value: alternate payment protection for orders between $35,000 and $150,000, and performance/payment bonds for orders over $150,000. The total contract value over five years was $5,139,414.30. Revised ELIN sheets with corrected quantities will be provided, and contractors are instructed to provide a percentage for their fully burdened rate for specific items. Response times for emergency task orders are within 24 hours, with others determined by need. Base access passes can be active for up to one year, and staging areas are available with government approval. Past Performance Questionnaires are acceptable as alternative evaluations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 31, 2025
amendedAmendment #1· Description UpdatedJan 13, 2026
amendedAmendment #2· Description UpdatedJan 29, 2026
amendedAmendment #3· Description UpdatedFeb 5, 2026
amendedAmendment #4· Description UpdatedFeb 6, 2026
amendedLatest Amendment· Description UpdatedFeb 9, 2026
deadlineResponse DeadlineFeb 13, 2026
expiryArchive DateFeb 28, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM MID-ATLANTIC

Point of Contact

Name
Jessica Mercurio

Place of Performance

Colts Neck, New Jersey, UNITED STATES

Official Sources