Opportunity

SAM #A061318

Concrete Repair Services at Malmstrom Air Force Base, Montana

Buyer

341st Contracting Squadron

Posted

April 13, 2026

Respond By

May 04, 2026

Identifier

A061318

NAICS

238110, 238190

This opportunity seeks small business input for concrete repair services at Malmstrom Air Force Base, Montana. - Government Buyer: - Department of Defense, Air Force Global Strike Command (341 CONS LGC) - OEMs and Vendors: - No specific OEMs or vendors are named in this notice - Products/Services Requested: - Repair of concrete joints, cracks, and delaminated or damaged areas at Launch Facilities - Contractors must provide all plant, labor, equipment, supervision, services, and materials - Unique or Notable Requirements: - Contractors must hold or obtain all necessary certifications and licenses to perform concrete repair work in Montana - The government anticipates a requirements-type contract with a five-year ordering period and an estimated aggregate capacity of $4,250,000 - No specific products, part numbers, or OEMs are listed, as this is a request for information to identify capable small businesses - Place of Performance: - Malmstrom Air Force Base, Montana (7015 GODDARD DR BLDG 145, 59402-6863)

Description

This project consists of the repair of LaunchFacility Concrete.This work will be per-formed at one or more Launch Facilities(LF). Work consists of concrete joint, crack,and de-laminated/damaged repair. Thecontractor shall provide all plant, labor,equipment, supervision, services, and ma-terials to execute and satisfy the require-ments of this Contract. These repairs are lo-cated on Malmstrom Air Force Base,Montana.

The Government is contemplating Requirements type contract with a five (5) year ordering period with the expected aggregate capacity of $4,250,000.00. Actual projects upon award of the Repair LF Concrete Requirements contract at this time are estimated to be at a minimum level of $2,000.00 and an estimated maximum of $4,250,000.00 per task order.

This is not a solicitation! The Government intends to use this information for business type decisions on the fi-nal solicitation product. The Governmentis looking to identify interested smallbusiness concerns, to include 8(a),HUBZone, Woman Owned Small Business(WOSB), and Service-Disabled VeteranOwned Business (SDVOSB) to serve in thecapacity of a “Prime” contractor andhave the capability to accomplish the re-quirements identified above. All re-sponses must also include a statementthat the company holds all required certi-fications and licenses to perform thistype of work or can obtain them prior toaward of a contract especially in theState of Montana.

The Government does not intend toaward a contract on the basis of the RFIor otherwise pay for the information re-quested; and Responses will be treated as informationonly and not as a proposal.  

The Government intends to use this information for business type decisions on the final solicitation product. All interested parties are requested to submit the below information to the primary POC; A1C Kyler Henderson at kyler.henderson@us.af.mil no later than 2:00 pm Mountain Time on 05 May 2026.

<ul>
    <li><strong><em>Company Name</em></strong></li>
    <li><strong><em>State/Township of Business</em></strong></li>
    <li><strong><em>Small Business Status (8(a), HUBZone, WOSB etc.)</em></strong></li>
    <li><strong><em>Company CAGE code/UEI</em></strong></li>
</ul>
</li>

View original listing