FY25 CES Asphalt
ID: FA462025QA945Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Asphalt Paving Mixture and Block Manufacturing (324121)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the supply of Hot Mix Asphalt (HMA) class “G” 3/8 64-28 Oil Asphalt for maintenance and repair at Fairchild Air Force Base in Washington. The contractor will be responsible for delivering between 650 to 1,148 tons of asphalt, adhering to Washington State Department of Transportation (WSDOT) standards, with deliveries scheduled from April 3, 2025, to November 1, 2025. This procurement is crucial for maintaining the infrastructure at Fairchild AFB and is set aside exclusively for small businesses under NAICS code 324121. Interested vendors must submit their quotes by March 12, 2025, and can contact Ryan A Moffett at ryan.moffett@us.af.mil or Sarah O'Neil at sarah.oneil.1@us.af.mil for further information.

    Files
    Title
    Posted
    This government document is a Request for Quotation (RFQ) FA462025QA945 issued by the 92d Contracting Squadron, seeking quotes for the supply of Hot Mix Asphalt (HMA) class “G” 3/8 64-28 Oil Asphalt, estimated at 1,148 tons, to Fairchild Air Force Base, WA. This acquisition is 100% set aside for small businesses, categorized under NAICS 324121. The procurement follows the Federal Acquisition Regulation (FAR) guidelines, and all interested vendors must register in the System for Award Management (SAM) to participate. The solicitation specifies a delivery period from April 3, 2025, to November 1, 2025, and quotes must be submitted by March 12, 2025. The evaluation of quotes will be based primarily on price and compliance with the RFQ requirements. The document also underscores that awards are contingent upon the availability of funds and includes various clauses and provisions that bidders must adhere to, ensuring fairness and compliance with federal regulations. Overall, this solicitation illustrates the government’s process for acquiring necessary materials while fostering opportunities for small businesses.
    The Statement of Work (SOW) outlines the requirements for the delivery of asphalt to Fairchild Air Force Base (AFB), WA, for maintenance and repair purposes. The contractor is expected to supply between 650 to 1,148 tons of "Hot G" 3/8-inch 64-28 asphalt, adhering to WSDOT standards. Work will occur from April 3, 2025, to November 1, 2025, with a minimum notice of 48 hours for delivery, which must occur within 20 minutes of production and maintained at temperatures between 250 and 300 degrees Fahrenheit. The contractor must provide asphalt mix, trucks, and drivers, with the government reserving the right to reject non-compliant deliveries. Security protocols require background checks and adherence to base regulations for contractor personnel. The operational schedule is Monday to Friday, 7:00 AM to 4:30 PM, with provisions for flexibility upon approval. This procurement reflects a commitment to maintaining infrastructure at Fairchild AFB while ensuring compliance with federal and state regulations and efficient operational practices.
    Lifecycle
    Title
    Type
    FY25 CES Asphalt
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY25 Fire Department Propane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of propane services for the Fairchild Air Force Base Fire Department for Fiscal Year 2025. The contract requires the delivery of approximately 11,363.6 gallons of commercial-grade propane on an as-needed basis, with a firm-fixed-price structure, emphasizing compliance with federal regulations and the necessity for timely service delivery. This procurement is crucial for supporting the training operations of the Fire Department, ensuring they have the necessary resources for effective firefighting capabilities. Interested small businesses must submit their quotes by March 7, 2025, and can direct inquiries to A1C Valerie Lawrence at valerie.lawrence@us.af.mil or 509-247-8138, with a total contract value capped at $20,000.
    Supply Blanket Purchase Agreement
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of Asphalt Paving Mixture and Block Manufacturing. The BPA Holder must be able to provide various asphalt products on an as-needed basis, with quantities ranging from 1 Ton up to 18,000 Tons. The unit of measure will always be Net Tons. The contractor must be located within a 20-mile radius of Fort Drum, NY, and Fort Drum personnel will pick up the material. The calls placed through the BPA will generally be below $10,000 and may be sporadic. Interested parties must be registered in the System for Award Management (SAM) and have their representations and certifications on record. For more information, contact Amanda Bellnier at amanda.l.bellnier.civ@mail.mil.
    Sustain Aircraft Apron and Military Hwy
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the maintenance and repair of the Aircraft Parking Apron and Military Highway at the Minneapolis Air Reserve Station. Contractors are required to provide all necessary professional services, labor, materials, and permits to perform concrete and joint repairs, with the project emphasizing a total small business set-aside under FAR 19.5. This initiative is crucial for maintaining military infrastructure and ensuring operational readiness, with an estimated acquisition cost ranging between $100,000 and $250,000. Interested bidders must register in the System for Award Management (SAM) and submit their quotes within 120 days, while adhering to various compliance and safety regulations throughout the project. For further inquiries, potential contractors can contact Karen Gillen at karen.gillen@us.af.mil or Chin Kuk Dahlquist at chinkuk.dahlquist.1@us.af.mil.
    Airfield and Roadway Crack Sealant
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the supply of airfield and roadway crack sealant, with a focus on participation from Women-Owned Small Businesses (WOSB). The procurement aims to secure high-quality sealant products that meet specified attributes and delivery terms, ensuring compliance with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). This initiative not only addresses the maintenance needs of airfields and roadways but also supports government efforts to enhance economic opportunities for small businesses, particularly those owned by women. Interested vendors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243 for further details regarding the solicitation numbered W50S8525QA009.
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of rubber buildup from approximately 290,000 square feet of pavement and the repainting of critical markings, with operations scheduled to occur in two phases throughout 2025. This initiative is vital for maintaining airfield safety and operational efficiency, requiring contractors to have specialized equipment and prior airfield experience due to the active nature of the site. Proposals are due by March 7, 2025, with a budget range of $250,000 to $500,000, and interested contractors can contact Russell Burton at russell.burton.7@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil for further details.
    YELL - Hot Mix Asphalt
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking contractors to provide hot mix asphalt services for Yellowstone National Park. The procurement involves supplying and mixing approximately 6,300 tons of hot mix asphalt at Norris Junction Pit, with the project scheduled to run from August 1, 2025, to October 31, 2025. This initiative is crucial for maintaining the park's road infrastructure, ensuring safe access for visitors while adhering to environmental standards. Interested vendors must submit their proposals by March 17, 2024, and can direct inquiries to Sally Leitch at sallyleitch@nps.gov or by phone at 720-450-5172.
    56--VA CHINCOTEAGUE NWR ASHPALT MATERIALS
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for the delivery of asphalt materials to the Chincoteague National Wildlife Refuge (NWR). The procurement includes various asphalt paving and construction materials, such as asphalt tack coat, base and top course materials, polyethylene and concrete pipes, geotextile fabric, aggregate, fill materials, and concrete, all adhering to Virginia Department of Transportation and ASTM standards. This project is crucial for supporting ongoing construction activities at the refuge, reflecting the government's commitment to infrastructure development in protected areas. Interested suppliers should contact Joni Dutcher at jonidutcher@fws.gov or call 571-447-8387 for further details, with the delivery period scheduled from April to June 2025.
    FY25 Paint and Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Paint and Rubber Removal project at McConnell Air Force Base in Kansas. This procurement involves the comprehensive removal of rubber deposits and repainting of airfield markings, with specific tasks outlined in a detailed bid schedule that includes various options for additional work across multiple airfield locations. The project is critical for maintaining airfield safety and operational effectiveness, ensuring compliance with federal standards and regulations. Interested contractors must submit their sealed bids by March 24, 2025, and are encouraged to participate in a site visit scheduled for March 6, 2025. For further inquiries, potential bidders can contact SRA Junious Buchanan at junious.buchanan@us.af.mil or Jada Davis at jada.davis.3@us.af.mil.
    B52 Bomb Bay Stands
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the procurement of five B-52 Bomb Bay Stands under contract FA812525Q0031. The primary objective is to provide these stands, which are critical for aircraft maintenance and repair, ensuring they meet stringent military specifications and quality standards. The selected contractor will be responsible for the construction, delivery, and installation of the stands at Tinker Air Force Base, with a delivery timeline of 180 days and compliance with environmental and safety regulations. Interested vendors, particularly economically disadvantaged women-owned small businesses, must submit their proposals by March 6, 2025, and can direct inquiries to Linsey Laird at Linsey.Laird@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.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.