Base Course to Construct New Roads Test Range C-64
ID: FA2823-25-Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is seeking quotations for the procurement of 7,500 tons of graded base course material for the construction of new roads at Range C-64, Eglin Air Force Base, Florida. The material must meet specific quality standards, including a minimum Lime rock bearing ratio value of 100, and must be largely free from impurities such as vegetable matter, shale, lumps, and clay balls, with additional soundness and wear criteria outlined in the solicitation documents. This procurement is crucial for enhancing road infrastructure and is set aside for small businesses under NAICS Code 212321, with a submission deadline of April 17, 2025, and delivery expected 15 days after order. Interested vendors can contact Darren Alvarez at darren.alvarez.2@us.af.ml or Rick Porter at rick.porter.1@us.af.mil for further details.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 6:05 PM UTC
The Department of the Air Force (DAF) is issuing a Request for Quotation (RFQ) under Solicitation Number FA2823-25-Q-0023 to procure 7,500 tons of base course material for constructing new roads at Range 64, Eglin Air Force Base, Florida. The submission deadline is set for April 17, 2025, with a delivery expectation of 15 days after order (ARO) via FOB Destination terms to the specified coordinates. This solicitation is a small business set-aside under NAICS Code 212321, with a size standard of 500 employees. The evaluation of proposals will focus on price, technical compliance with the Statement of Work (SOW), and past performance. Compliance with various Federal Acquisition Regulation (FAR) clauses is expected, including those that address subcontracting limitations, employment reporting on veterans, and prohibition against materials from specific sources. This procurement aligns with DAF’s strategic requirement to enhance road infrastructure, emphasizing the importance of transparency, regulatory adherence, and supporting small businesses in federal contracting opportunities.
Apr 3, 2025, 6:05 PM UTC
The document outlines the specifications for delivering 7,500 tons of graded base course material for the 823 RHS at Range C-64, scheduled to start 15 days post-contract award. The base course must be of consistent quality, largely devoid of impurities such as vegetable matter, shale, lumps, and clay balls, and it should achieve a minimum Lime rock bearing ratio value of 100. Furthermore, it must meet specific soundness criteria (AASHTO T104) with a loss of no more than 15%, and a wear percentage (AASHTO T96) of 45% or less. The delivered aggregates should conform to graduation requirements as detailed in TABLE 1, ensuring a well-graded material using ASTM E11 sieves. This directive highlights the logistical and technical requirements for the material delivery and quality standards essential for construction projects relevant to federal and state contractual obligations. The location of Range C-64 is also included for reference.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Asphalt and Prime Coat for 823 RHS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of asphalt and prime coat materials for the construction of new roads at the C-64 Range, located north of Eglin Air Force Base in Florida. The project requires the delivery of 4,700 tons of Super Pave 12.5 PG 58-22 asphalt and 20,700 square yards of prime coat, with a strict delivery timeframe of 15 days following contract award. This procurement is crucial for infrastructure development within the military, emphasizing compliance with federal standards and promoting opportunities for small businesses through a Total Small Business Set-Aside. Interested contractors must submit their proposals by 10:00 AM CST on April 24, 2025, and are encouraged to contact Darren Alvarez at darren.alvarez.2@us.af.ml or Rick Porter at rick.porter.1@us.af.mil for further information.
Paver Fill Material
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of Paver Fill Material at Hurlburt Field, Florida. The requirement includes 2,000 tons of 57 Crush Aggregate and 350 tons of 67 Crush Stone, with specific gradation and quality standards outlined in the solicitation documents. This procurement is crucial for the 823 RHS project, ensuring compliance with federal acquisition regulations and promoting inclusion of qualified small businesses in government contracting. Interested vendors must submit their written offers by April 14, 2025, at 2:30 PM CST, and ensure their registration in the System for Award Management (SAM) is active at the time of submission. For further inquiries, vendors can contact Benton Medcalf at benton.medcalf@us.af.mil or Patrick O. Eldridge at patrick.eldridge.1@us.af.mil.
Berm Fill Material
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of 17,500 cubic yards of berm fill material to be delivered to Hurlburt Field, Florida. The fill material must consist of a sand and clay mixture, free from organic substances, and suitable for construction purposes such as highway maintenance and elevating low-lying areas. This procurement is crucial for supporting ongoing construction and maintenance activities at the base, ensuring compliance with construction standards. Interested small businesses must submit written offers by April 15, 2025, with quotes valid through May 31, 2025. For further inquiries, contact Lorenzo Small at lorenzo.small@us.af.mil or Patrick O. Eldridge at patrick.eldridge.1@us.af.mil.
Construction Equipment Rental for 823 RHS Construct New Roads C-64 Range
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the rental of construction equipment to support the 823rd RHS in constructing new roads at Range C-64, Eglin Air Force Base, Florida. The procurement includes the rental of various heavy construction equipment, such as dozers, steel wheel rollers, water trucks, front-end loaders, and passenger vans, required for a period of 121 days from March 1 to June 30, 2025. This equipment is crucial for road paving operations and must meet specific age and operational standards, with strict adherence to safety and compliance regulations. Interested small businesses must submit their proposals via email by April 22, 2025, and can contact Darren Alvarez at darren.alvarez.2@us.af.ml or Rick Porter at rick.porter.1@us.af.mil for further information.
Beale AFB 9MUNS K5 Pad - Gravel, Silt Fencing, Straw Wattle Burlap Covers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide materials for establishing a new staging ground for inert explosive material at Beale Air Force Base in California. The procurement includes 750 tons of 3/4” crushed rock, silt fencing in 36x100 ft bundles, and straw wattle burlap covers, all of which are required to enhance training facilities and operational preparedness for the Air Force Combat Ammunition Course. This initiative is crucial for improving infrastructure dedicated to explosive training, enabling block training for Temporary Duty (TDY) students. Interested contractors should contact David Wadkins at david.wadkins@us.af.mil or 530-634-3309, or SrA Damon Mackin at Damon.Mackin@us.af.mil or 530-634-8658 for further details, noting that the materials must be delivered by September 30, 2025.
Concrete Jersey Barriers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of fifty (50) concrete Jersey Barriers for the 2d Security Forces Squadron at Barksdale Air Force Base in Louisiana. The barriers must meet ASTM C33 and ASTM C150 aggregate standards and include forklift slots for transportation, highlighting the importance of compliance with safety and quality standards in military operations. Interested small businesses must submit their quotes electronically by April 23, 2025, at 2:00 PM CST, and are encouraged to contact 2d Lt Caleb Schuelke at caleb.schuelke.1@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil for further details regarding the solicitation process.
LAKE BERRYESSA EAST SIDE ROAD ROCK DELIVERY
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors to supply and deliver ¾ inch Class 2 Aggregate base rock for the maintenance of the East Side Road at Lake Berryessa. The procurement involves securing 900 tons of aggregate rock, with delivery scheduled from May 15, 2025, to May 14, 2030, and options for four additional years, emphasizing the importance of compliance with federal regulations and environmental considerations. This opportunity is a total small business set-aside, encouraging participation from small and disadvantaged businesses, with quotations due by 3:00 PM PST on April 24, 2025. Interested vendors can contact Sarah Anaya at sanaya@usbr.gov or by phone at 916-978-5140 for further details.
Dyess Airfield Paving
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in a Sources Sought notice for an Airfield Paving contract at Dyess Air Force Base (AFB) in Texas. The project involves various repairs and potential reconstruction of airfield pavements, including tasks such as concrete slab removal and replacement, spall repair, joint sealant replacement, and pavement markings, all in accordance with established plans and specifications. This opportunity is crucial for maintaining the operational integrity of the airfield, and interested vendors must respond with detailed capability statements by 1400 CST on April 16, 2025, to the primary contacts, Sydney Fontenot and Brandon Gilbert, via their provided email addresses. The contract is set aside for small businesses under NAICS code 237310, with a size standard of $45 million.
56--WY WGF GRAVEL FOR SAND MESA
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is preparing to issue a Commercial Request for Quote (RFQ) for the procurement of 1,486 tons of grading W road base, which consists of 1" minus fractured rock combined with dirt and sand, to be delivered within 25 miles of Riverton, Wyoming. This procurement is essential for construction and maintenance projects, utilizing materials classified under the NAICS code 212321 for Construction Sand and Gravel Mining and the PSC code 5610 for Mineral Construction Materials, Bulk. The anticipated delivery timeframe is between May and July 2025, with the RFQ expected to be posted on or around April 16, 2025, on the SAM.gov website. Interested contractors must ensure they are registered in SAM.gov and may direct inquiries to Chris Zook at czook@usbr.gov.
Stone and Soil MBPA on Fort Drum
Buyer not available
The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for the supply of stone and soil materials. The procurement focuses on various products, including light and medium stone fill, subbase materials, washed stone, dry rip wrap, railroad ballast, and screened topsoil, which are essential for maintaining roads, culverts, parking lots, and grass areas within the cantonment areas of Fort Drum. These materials will be required on an ongoing basis to support infrastructure maintenance and erosion control efforts. Interested parties must register with the System for Award Management (SAM) under NAICS code 212312 and submit their Unique Entity Identifier (UEID) and CAGE Code to the primary contact, Kayla Rogers, at kayla.m.rogers14.civ@army.mil, with a courtesy copy to additional contacts provided in the opportunity overview. The BPAs will be evaluated annually and may remain in place for up to five years, with considerations for price, socio-economic status, past performance, and technical capabilities.