Asphalt Grant Ave Ft Leavenworth
ID: W91QF425BA003Type: Solicitation
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
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids from qualified small businesses for the "Asphalt Grant Avenue" construction project at Fort Leavenworth, Kansas. The project involves milling and overlaying Grant Avenue, installing pavement markings, and ensuring traffic control, with a performance period from May 15, 2025, to November 21, 2025. This initiative is crucial for maintaining and enhancing infrastructure within military facilities, with an estimated construction cost between $250,000 and $500,000. Interested contractors must submit sealed offers and are encouraged to contact Felipe D. Zaragoza at felipe.d.zaragoza.civ@army.mil or Jennifer S. Walker at jennifer.s.walker12.civ@army.mil for further details and to confirm compliance with safety and regulatory standards.

    Files
    Title
    Posted
    The Asphalt Requirements & Miscellaneous Repairs Contract 2024 outlines the submittal procedures essential for contractor compliance with project specifications. It specifies that all submittals must be thorough and follow the units of measurement used in the contract documents. Submittals include preconstruction materials, shop drawings, product data, samples, and test reports, which must demonstrate compliance with government requirements. A submittal register is recommended for ongoing management of submission timelines, with specific guidelines for quantity and format of each type of submittal. The document emphasizes that government approval is required for certain submittals, and contractors must ensure accuracy and compliance with safety regulations. It mandates that competent personnel oversee various aspects of safety and quality assurance, reflecting commitment to high operational standards. The contract enforces a stringent approval process, highlighting the importance of adhering to safety protocols and timely reviews, ensuring that all work conducted meets the necessary legal and regulatory frameworks. Overall, this guidance is crucial for effective project implementation, promoting safety, accountability, and compliance within governmental contracting processes.
    The document details a solicitation for the construction project "Asphalt Grant Avenue" at Fort Leavenworth, Kansas, intended exclusively for small businesses. The contract involves milling and overlaying Grant Avenue and necessitates performance and payment bonds. The project's total construction cost is estimated between $250,000 and $500,000. Bidders must submit sealed offers in a specified format and are advised to check referenced websites for any amendments. The performance period spans from May 15, 2025, to November 21, 2025, and requires a site visit prior to bidding. Additionally, contractors must adhere to numerous regulations regarding safety, environmental compliance, and secure access to military installations. The document emphasizes the importance of maintaining communication with the Contracting Officer for any administrative matters, including modifications, and mandates compliance with federal, state, and local laws throughout the construction process. Overall, the solicitation aims to engage qualified small businesses in enhancing critical infrastructure within military facilities while ensuring adherence to various regulatory standards.
    The document outlines the Statement of Work (SOW) for a construction project focused on flexible pavement and miscellaneous repairs at Fort Leavenworth, Kansas, scheduled from June 16 to August 1, 2025. Key tasks include milling and overlaying Grant Avenue, installing pavement markings, and ensuring traffic control with one lane open in each direction during construction. The contractor must adhere to material approval processes within specified timelines and coordinate utility services interruptions with the Contracting Officer. Additionally, the SOW mandates sustainable waste management practices, ensuring at least 60% of construction waste is diverted from landfills. Contractors are also responsible for adhering to safety guidelines and providing a site-specific safety and accident prevention plan. Moreover, they must maintain clear communication with the government regarding project progress, and any necessary repairs for damage caused during construction. The document establishes a clear framework for contractors to follow, emphasizing compliance with safety standards, sustainability practices, and coordination with military operations, reflecting the government's commitment to responsible project execution and management in the realm of public infrastructure development.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    GRADING, DRAINAGE AND PAVEMENT CONSTRUCTION, MAINTENANCE, AND REPAIRS POSTWIDE FORT NOVOSEL, ALABAMA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for grading, drainage, and pavement construction, maintenance, and repairs at Fort Novosel, Alabama. The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a guaranteed minimum of $2,000 and a total potential value of up to $29.5 million over five years, contingent on exercised options. This contract is critical for maintaining and improving infrastructure at the military installation, ensuring compliance with federal regulations and safety standards throughout the project. Interested contractors must submit their proposals by March 10, 2025, at 10:00 AM EST, and can direct inquiries to Edward WojtanIII at edward.w.wojtan2.Civ@army.mil.
    William H Harsha Lake Asphalt Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the William H. Harsha Lake Asphalt Repair project in Batavia, Ohio. This contract focuses on repairing and sealing road and parking lot surfaces, with an estimated cost between $50,000 and $100,000, and is designated as a 100% small business set-aside under NAICS code 237310. The project is critical for maintaining public infrastructure safety and functionality, requiring contractors to complete their proposals electronically by March 25, 2025, with work expected to commence within 10 days of award and be completed within 90 days. Interested contractors can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213 for further details.
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    FORT DRUM TRAFFIC CONTROL PAINTING ? CANTONMENT AREA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for traffic control painting services in the cantonment area of Fort Drum. This procurement aims to enhance roadway safety and visibility through the application of durable traffic control markings. The project falls under the NAICS code 237310, which pertains to highway, street, and bridge construction, and is particularly significant for maintaining operational efficiency on military installations. Interested vendors, especially those classified as Historically Underutilized Business (HUBZone) entities, are encouraged to reach out to Raul Gonzalez at raul.a.gonzalez3.civ@army.mil or by phone at 315-772-3620, or Jeffrey Getman at jeffrey.m.getman.civ@army.mil or 315-772-9074 for further details regarding the solicitation process.
    Z2DA--Asphalt Maintenance and Repair | 442-23-001
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a construction project focused on asphalt maintenance and repair at the Cheyenne VA Medical Center in Wyoming. The project includes aggregate base repair, concrete removal, asphalt replacement, and pavement striping, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Proposals must be submitted electronically by March 21, 2025, following a mandatory site visit on February 24, 2025, and must include past performance information, a bid bond, and compliance with specific safety and security guidelines. Interested contractors should contact Timothy R. Verburgt at Timothy.Verburgt@va.gov for further details.
    Grounds Maintenance at KS065: Multiple Facilities in Kansas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at multiple Army Reserve facilities in Kansas under Solicitation Number W911SA25QA084. The contractor will be responsible for providing labor, materials, and equipment to maintain the exterior landscape, including tasks such as lawn mowing, aeration, fertilization, and seasonal clean-ups, with a contract duration comprising one base period and four optional periods from April to November. This procurement is crucial for ensuring the upkeep of military facilities, enhancing operational readiness, and complying with federal labor standards, including wage determinations specific to various Kansas locations. Interested parties should contact Christopher Brown at christopher.m.brown67.civ@army.mil or call 502-898-2527 for further details, with the contract valued at approximately $9.5 million and set to commence on April 1, 2025.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further information.
    Family Camp RV Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the Family Camp RV parking facilities at Shaw Air Force Base in South Carolina. The project involves the construction of 14 additional RV spaces, complete with necessary infrastructure such as an asphalt drive, electrical systems, and water and sewer connections, with an estimated project cost between $250,000 and $500,000. This initiative aims to enhance recreational facilities for military families, ensuring compliance with federal construction standards and environmental regulations throughout the project. Interested contractors must submit their bids by April 7, 2025, and can direct inquiries to Darrel Ford at darrel.ford.3@us.af.mil or by phone at 803-895-5381.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.
    Renovate Motorpool Bldg. 4351, Fort Cavazos, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Motorpool Building 4351 located at Fort Cavazos, Texas. The project involves commercial and institutional building construction, specifically focusing on the repair or alteration of maintenance buildings. This renovation is crucial for maintaining operational readiness and ensuring the facility meets current standards. Interested small businesses are encouraged to reach out to Richard Feller at richard.feller@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.