THIS IS A Sources Sought Notice ONLY. The U.S. Government intends to procure paving installation, maintenance, and repair services through a competitive 8(a) small business set-aside, provided that at least two qualified 8(a) firms respond to this sources sought notice with sufficient supporting information.
Contractor shall provide all labor, materials, supplies, transportation, equipment to include but not limited to the alteration, maintenance, repairs, new road paving, curb and gutter repairs, paving of parking lots, sidewalk, running tracks, removal/application of asphalt, sealing and or replacement of asphalt on existing roads or any surfaces requiring asphalt work to number of facilities at Fort Belvoir, VA. All work shall be in compliance with Federal, Local, Industry, State, and Army Installation Codes, regulations, and standards.
Please note, the U.S. Government cannot set aside this requirement unless at least two 8(a) small businesses respond with sufficient supporting information. All small businesses—including those in the 8(a), Small Disadvantaged, HUBZone, Service-Disabled Veteran-Owned, and Women-Owned categories—are encouraged to submit their capabilities to meet this requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
The anticipated NAICS code(s) is 237310 – Highway, Street, and Bridge Construction best described the service being acquired which includes establishments primarily engaged in the construction of highways (including elevated), streets, roads, airport runways, public sidewalks, or bridges. The work performed may include new work, reconstruction, rehabilitation, and repairs. The associated size standard is $45 million.
A continuing need is anticipated for the Director of Public Works, (DPW), which is currently being fulfilled through contract # W9124J-20-D-0009. Attached is the draft Statement of Work (SOW). IAW DFARS 236.204, the magnitude of this construction project is between $10,000,000 and $25,000,000.
In response to this sources sought, please provide:
1. Name of firm, point of contact, phone number, email address, SAM UEI, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
Interested businesses submit (via e-mail) a completed response (no more than 8 pages in length) to both of the following personnel:
Kyle Tate, e-mail: kyle.g.tate.mil@army.mil, and Mr. Ralph Bowie, Contracting Officer, e-mail: ralph.m.bowie.civ@army.mil. Submissions must be received no later than 4:00 p.m. (EST), Thursday, 7 August 2025.