The 99th Contracting Squadron will be soliciting a Paving contract for Nellis Air Force Base and Southern portions of the Nevada Test and Training Range (NTTR). This contract will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for construction/repair paving projects that shall be awarded via individual task orders.
This synopsis is for informational purposes and does not constitute a binding commitment by the Government to provide a solicitation.
Task orders will be issued for execution of a broad range of paving projects. Such as, repair and construct Hot Mix Asphalt (HMA), Portland Cement Concrete (PCC) roads, parking lots, runways, taxiways and shoulders, (including all associated site work and appearances such as curbs, gutters, sidewalks, etc.) construct drainage structures, install and adjust utility ducts such as water valve covers and manholes to grade, replace electrical box, place pavement markings such as traffic striping, remove paint install ceramic traffic buttons, reflective traffic markers, remove and place black paint, and miscellaneous items such as install, remove and replace traffic control signs, install asphalt speed tables, precast bumper block, urethane rubber system, aircraft mounting/grounding points, soil testing and install landscape rocks, pulverize and or replace 3” to 6” HMA pavement, reseal PCC poly-jet pavement joints as ordered by the Contracting Officer.
Period of Performance and Magnitude: The period of performance is for three (3) years with an overall program value (potential price of all task orders issued to Paving IDIQ Awardee) not to exceed $9,900,000.00 All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order.
This will be a competitive procurement limited to Certified Small Business HUBZone firms. The applicable North American Industry Classification System (NAICS) code for this acquisition is 237310 with a small business size standard of $45 Million. The government intends to award one contract under this program.
A single award will be made using the Lowest Price Technically Acceptable (LPTA) process where a technically acceptable offer has the lowest evaluated price. It is anticipated the solicitation will be issued electronically on or about 01 July 2025 on SAM.gov web page. Paper copies will not be made available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to all documents. It is anticipated that the following viewers may be required to view the solicitation: Microsoft Word (.docx), Excel (xlsx), Adobe Acrobat Reader (.pdf), and WinZip (.zip or .exe.).
Any prospective contractor must be registered in the System for Award Management (SAM) database (SAM.gov) to be eligible for award. Registration may take three weeks or longer to process. Recommend registering immediately to be eligible for timely award. All prospective offerors must go to http://www.sam.gov/ to add or update their representations and certifications record.