Asphalt and Prime Coat for 823 RHS
ID: FA282325Q0032Type: Solicitation
Overview

Buyer

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

NAICS

Brick, Stone, and Related Construction Material Merchant Wholesalers (423320)

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 soliciting bids for the provision of asphalt and prime coat materials for the 823rd Red Horse Squadron (RHS) road paving project at Eglin Air Force Base in Florida. The procurement includes the delivery of 4,700 tons of Super Pave 12.5 PG 58.22 asphalt and the application of 20,700 square yards of prime coat, with strict adherence to quality standards set by the Florida Department of Transportation. This project is crucial for maintaining and improving the infrastructure at the Air Force Base, ensuring operational readiness and safety. Interested contractors must submit their bids electronically by 1400 CT on May 6, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Darren Alvarez at darren.alvarez.2@us.af.mil or Rick Porter at rick.porter.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force has issued a Request for Quotation (RFQ) for asphalt and prime coat materials necessary for the construction of new roads at Eglin Air Force Base. The solicitation, numbered FA2823-25-Q-0032, includes the procurement of 4,700 tons of Super Pave 12.5 PG 58.22 asphalt and 20,700 square yards of prime coat. Bids must be submitted electronically by 1400 CT on May 6, 2025. To be eligible, contractors must be registered in the System for Award Management (SAM) and include a CAGE code with their offer, which should detail specifications, delivery estimates, and pricing according to the Contract Line Item Numbers (CLINs). The evaluation criteria for proposals include price, technical acceptability, and past performance, with the contract awarded to the most advantageous offer. Compliance with various Federal Acquisition Regulation (FAR) clauses, particularly those supporting small business participation, is mandatory. This solicitation underscores the Air Force’s objective to engage small businesses and ensure adherence to federal procurement standards.
    The Department of the Air Force is soliciting bids for asphalt and prime coat materials for the construction of new roads at the C-64 Range, located north of Eglin Air Force Base, Florida. The Request for Quotation (RFQ) number FA282325Q0032 seeks 4,700 tons of Super Pave 12.5 PG 58.22 Asphalt and 20,700 square yards of Prime Coat, with a delivery timeframe of 15 days following the award. Proposals must be submitted by 10:00 AM CST on April 24, 2025, via email, and all offerors must be registered in the System for Award Management (SAM). The evaluation for contract award will focus on price, technical acceptability, and past performance. The solicitation outlines various Federal Acquisition Regulation (FAR) clauses that contractors must adhere to, ensuring compliance with federal laws, standards for labor, and provisions for small business considerations. This request underscores the Air Force's commitment to infrastructure development while promoting opportunities for small businesses in compliance with federal regulations.
    The document outlines the requirements for the delivery of hot mix asphalt for project 823 RHS, which necessitates a total of 4,700 tons. The asphalt must conform to the specifications set by the Florida Department of Transportation (FDOT), specifically the SuperPave 12.5 asphalt mix, using an asphalt binder graded as PG 58-22. Delivery is to be made to Range C-64, located north of Eglin Air Force Base, east of Duke Field, and west of the Highway 285/Bob Sikes Road intersection, as indicated on attached maps. The delivery location is marked for clarity. This document serves as part of a federal Request for Proposal (RFP) process aimed at ensuring compliance with specified construction material standards for government contracts.
    The Statement of Work (SOW) outlines the requirements for asphalt delivery and prime coat application for the 823 RHS road paving project at Eglin AFB, Florida. The contractor is responsible for providing all necessary personnel, equipment, materials, and services required for asphalt delivery and the application process. Deliveries must occur at specified temperatures, and the contractor must adhere to a schedule in coordination with the 823 RHS. Key provisions include a 24-hour advance application of the prime coat, refusal rights for non-compliant asphalt, and strict security protocols, including background checks and identification for personnel entering the site. The contractor bears full responsibility for their equipment and is liable for any environmental damage caused by hazardous material spills. Moreover, the document emphasizes maintaining safety in accordance with OSHA regulations and ensuring that personnel are equipped for safety and operational integrity. Ultimately, this SOW illustrates the commitment to safe and compliant construction practices in a secure military environment, ensuring adherence to governmental and operational standards throughout the project.
    The document outlines the Statement of Work (SOW) for the provision of asphalt delivery and prime coat application services for the 823rd Red Horse Squadron (RHS) road paving project at Eglin Air Force Base (AFB), Florida. The contractor is responsible for delivering asphalt according to a predetermined schedule, ensuring material is delivered within specified temperature ranges and of acceptable quality. They must coordinate with 823 RHS personnel for the application of prime coats, which should precede paving operations by at least 24 hours. Key security and operational requirements include background checks for contractor personnel, identification display, and safety compliance as per OSHA regulations. Additionally, the contractor must handle hazardous materials responsibly and report any incidents involving Government property or safety hazards promptly. Overall, the SOW emphasizes the need for clear communication, adherence to safety standards, and strict protocols for material quality and site access to ensure successful project execution while maintaining national security interests.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Maxwell AFB - Airfield Repairs - Amendment 0002
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for which prior registration is required.
    REPAVE CGA, PSN 30134884
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads in North Dakota. The project aims to enhance access roads critical for the Air Force Intercontinental Ballistic Missile Program (Minuteman) by adding four inches of aggregate surface course and performing necessary roadway maintenance. With an estimated project cost of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and the project completion date is set for August 14, 2026. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further inquiries.
    Roads/Pavements & Misc. Civil Work Indefinite- Delivery/Indefinite-Quantity (IDIQ) Contract, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense is seeking contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Roads/Pavements and Miscellaneous Civil Work at Misawa Air Base, Japan. The contract will involve the repair, maintenance, and construction of pavement structures, including roads, parking lots, and related civil work, within a 40 km radius of the base, excluding specific areas like the MAB Airfield. The contract has a guaranteed minimum value of ¥300,000 and a maximum limit of ¥1,500,000,000, with the solicitation expected to be issued on or after January 16, 2026. Interested parties must register in the System for Award Management (SAM) and ensure compliance with Japanese regulations; for inquiries, contact Mayumi Ozawa at mayumi.ozawa.jp@us.af.mil or Kazuaki Kawahara at kazuaki.kawahara.jp@us.af.mil.
    A&E Repair Arctic Ave; FTQW 26-1302
    Dept Of Defense
    The Department of Defense, through the 354th Eielson Contracting Squadron, is seeking qualified architect-engineer firms to provide design services for the repair of Arctic Avenue and the CHPP parking lot at Eielson Air Force Base in Alaska. The project aims to address significant drainage issues, deteriorating asphalt, and enhance bike accessibility, requiring a comprehensive design package that adheres to federal, state, and Air Force regulations. Interested firms must submit their qualifications, including a completed SF330 form and a Past Performance Questionnaire, by December 1, 2025, at 12:00 PM AKDT, with evaluations based on professional qualifications, specialized experience, and past performance. For further inquiries, contact the primary representatives at 354CONS.PKA.Designs@us.af.mil or christopher.prince.3@us.af.mil.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.