SOURCES SOUGHT
Z -- Paving IDIQ at Fort Bliss, Texas
- Notice Date
- 12/1/2025 1:09:54 PM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W6QM MICC-FT BLISS FORT BLISS TX 79916-6812 USA
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-27-X-PAVE
- Response Due
- 12/22/2025 11:00:00 AM
- Archive Date
- 05/29/2026
- Point of Contact
- Catalina Sandoval, Phone: 808-787-8839, Flor Sanchez, Phone: 520-944-3342
- E-Mail Address
-
catalina.sandoval3.civ@army.mil, flor.f.sanchez.civ@army.mil
(catalina.sandoval3.civ@army.mil, flor.f.sanchez.civ@army.mil)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- ***Has been Updated to include the DRAFT Statement of Work - Subject to Change - Provided for Market Research Purposes Only. SOURCES SOUGHT NOTICE This is Sources Sought Notice ONLY. The U.S. Government desires to procure a Firm-Fixed- Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Contract at Fort Bliss, Texas on a competitive 8(a) basis, provided 2 or more eligible and responsible 8(a) Business Development Program participants respond to this sources sought notice. We encourage all 8(a) Business Development Program participants to identify their capabilities in meeting the 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/are: 237310, Highway, Street, and Bridge Construction, with a size standard of $45M. The anticipated Product Service Code (PSC) is Z2LB Repair or Alteration of Highways/Roads/Streets/Bridges/Railways. If your company believes a different NAICS code would fit this requirement, suggestions can be sent to the Contract Specialist. A need is anticipated for repairs, construction, and maintenance for road and related infrastructure throughout the Fort Bliss Installation to support the Directorate of Public Works Fort Bliss. Requirements of the proposed contract will be completed in strict accordance with all the terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits within the contract or as incorporated by reference. These requirements will be achieved through the implementation of Task Orders (TOs) issued under the terms of the contract. The magnitude of the anticipated project is more than $10,000,000 for a five- year ordering period. In response to this sources sought, please provide: Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI), CAGE code, a statement certifying the company is in the 8(a) program and in compliance for the corresponding NAICS code plus your current 8(a) status and expiration date. Whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company�s specific experience in construction and providing comparable services. Ensure the information is sufficiently detailed regarding previous experience in managing construction (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008). Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB). Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). Does your company have any seasonal or other constraints that may hamper your ability to perform this requirement year-round. Does your company have the ability to complete multiple projects simultaneously? Please explain. Information to help determine if the requirement is commercially available, including pricing information, the basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. Identify how the Army can best structure these contract requirements to facilitate competition by and among 8(a) firms. Identify bonding capabilities. Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sam.Gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 12. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services. Responses to this sources sought shall be submitted via email to Catalina Sandoval, Contract Specialist, catalina.sandoval3.civ@army.mil and Flor F. Sanchez, Contracting Officer, flor.f.sanchez.civ@army.mil and shall contain a subject line that reads �Ft. Bliss Paving W911SG-27-X-PAVE.Sources Sought Notice (SSN)�. Telephone inquiries will NOT be entertained.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c6d267e62fd840afa4d9596207ee8c9a/view)
- Place of Performance
- Address: Fort Bliss, TX 79916, USA
- Zip Code: 79916
- Country: USA
- Zip Code: 79916
- Record
- SN07654385-F 20251203/251201230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |