Rock=Gravel and Ditch Lining
ID: W911S225U0575Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT DRUMFORT DRUM, NY, 13602-5220, 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 Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking quotes for a project titled "Rock=Gravel and Ditch Lining" through a Combined Synopsis/Solicitation notice. The procurement aims to acquire construction sand and gravel materials necessary for ditch lining, which is crucial for maintaining effective drainage and infrastructure integrity. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested vendors should note that the response deadline has been extended to April 10, 2025, at 1200 Central Time, and can reach out to Shawn Stratton at shawn.c.stratton.civ@army.mil or 520-945-5890, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further inquiries.

Files
No associated files provided.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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 soliciting proposals for the procurement of 1,486 tons of grading W road base gravel, composed of 1" minus fractured rock mixed with dirt and sand, for the Sand Mesa Road project in Wyoming. This opportunity is set aside for small businesses, including those owned by service-disabled veterans, women, and economically disadvantaged individuals, emphasizing the government's commitment to inclusivity in federal contracting. The gravel is essential for road construction and maintenance, ensuring safe and reliable access in the region. Interested contractors must submit their proposals by April 16, 2025, with delivery expected between May and July 2025, and should direct inquiries to Chris Zook at czook@usbr.gov.
Dale Hollow Slope Remediation - Supply
Buyer not available
The U.S. Army Corps of Engineers (USACE) Nashville District is seeking quotes for a firm fixed-price supply contract for construction materials necessary for the Dale Hollow Dam Slope Remediation project in Tennessee. The contractor will be responsible for supplying and delivering various materials, including TDOT Class A-1 Riprap, crushed stone, geotextile, geogrid, gabion baskets, and erosion control items, within 45 calendar days following contract award. This procurement is crucial for ongoing slope stabilization efforts aimed at ensuring the safety and stability of vital infrastructure. Interested small businesses must submit their quotes electronically by May 8, 2025, and direct any questions to Contract Specialist Andrew Roth at andrew.r.roth@usace.army.mil.
BOM Erosion Control Supplies
Buyer not available
The Department of Defense, through the Department of the Army, is seeking proposals from small businesses for the procurement of BOM erosion control supplies as outlined in the attached Purchase Description and Synopsitation. The contract requires vendors to provide a total price for a range of construction and landscaping materials, including washed stone, rip-rap, fertilizers, and erosion control products, with delivery expected by June 24, 2024. This procurement is critical for supporting environmental management and site protection initiatives, emphasizing compliance with safety and ethical standards. Interested vendors should submit their proposals, including pricing and technical specifications, to Samuel Caulfield at samuel.j.caulfield.civ@army.mil by the specified deadline.
Purchase 2 New Dump Trucks
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Mobile, is seeking quotations for the purchase of two new dump trucks under a combined synopsis/solicitation. The procurement is set aside exclusively for small businesses, with a focus on the construction machinery manufacturing industry, as indicated by the NAICS code 333120. These dump trucks are essential for various construction and excavation projects, and the government requires delivery within 90 days after contract award. Interested vendors should direct inquiries to Constance Hughes at constance.hughes@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil, with all submissions due by the specified deadline in Central Time.
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.
Yuba Gravel Placement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the Yuba Gravel Placement project, which involves the placement of gravel and cobble into the lower Yuba River channel below Englebright Dam in California. This project aims to rehabilitate geomorphic processes and aquatic habitats critical for the spawning of anadromous salmonids, specifically targeting the Central Valley spring-run Chinook salmon and Central Valley steelhead. The gravel augmentation is essential for improving the ecological functionality of the river channel, thereby supporting the survival and emergence of salmonid embryos. Interested parties should contact Henry Barron at henry.d.barron@usace.army.mil or Raymond Greenheck at Raymond.R.Greenheck@usace.army.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
SGFO Road Base Aggregate
Buyer not available
The Bureau of Land Management (BLM) is issuing a Request for Quote (RFQ) for the procurement of 2,000 tons of Road Base Aggregate Material for a construction site in Washington County, Utah. This procurement is set aside for total small business concerns and aims to ensure the delivery of materials that meet specified gradation limits and quality standards for road, shoulder, and ware yard construction. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by May 5, 2025, and delivery expected within 30 days after order receipt. Interested parties should direct inquiries to Contract Specialist Mark Renforth at mrenforth@blm.gov and ensure compliance with all submission requirements outlined in the solicitation.
Green Bay Dredging SATOC
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Chicago office, is seeking qualified contractors for the Green Bay Dredging SATOC project located in Green Bay, Wisconsin. This solicitation aims to address existing shoaling within Green Bay Harbor as part of ongoing channel maintenance, with the initial Task Order involving the dredging of 133,000 cubic yards of sediment, and a total project scope of 479,000 cubic yards over multiple Task Orders from 2025 to 2029. The project is crucial for ensuring the continued operational capacity of the harbor and has a total estimated value exceeding $10 million. Interested small businesses must register with sam.gov and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit bids, with further inquiries directed to Kyle Smith at kyle.d.smith@usace.army.mil or by phone at 312-846-5370.
38--MRG SFD GRIZZLY GRAVEL SEPARATOR
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for the procurement of a Heavy Duty Adjustable Rip Rap Grizzly Gravel Separator, designated under solicitation number 140R4025Q0046. The primary objective is to acquire equipment that will efficiently separate large rocks and debris from finer materials, enhancing operational productivity at the Socorro Field Division in New Mexico. This procurement is critical for maintaining effective resource management and operational efficiency within the Bureau's public works projects. Proposals are due by 2:00 PM MDT on May 2, 2025, and interested contractors should direct inquiries to Ronda Lucero at rlucero@usbr.gov or call 505-462-3650.
NV-ASH MEADOWS NWR-ROAD REPAIR PROJECT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the NV-Ash Meadows National Wildlife Refuge Road Repair Project in Nevada. This project requires the procurement of 1,500 tons of ¾” gravel to repair road damage caused by flooding from tropical storm Hilary, with specific quality and delivery requirements outlined in the Request for Quotation (RFQ). The initiative is crucial for maintaining safe access within the refuge and ensuring compliance with government standards, including sustainability practices and environmental regulations. Interested small businesses must submit their bids by April 30, 2025, and are encouraged to contact Kathryn Coltran at kathryncoltran@fws.gov for further information.