Opportunity

SAM #RHSConcreteBatchPlant

Sources Sought: Mobile Concrete Batch Plant for Nellis AFB

Buyer

99th Logistics Readiness Squadron

Posted

April 23, 2026

Respond By

May 08, 2026

Identifier

RHSConcreteBatchPlant

NAICS

333120

The U.S. Air Force is seeking information from qualified sources for the provision of a self-erecting mobile Concrete Batch Plant at Nellis Air Force Base, Nevada. - Government Buyer: - United States Air Force, 99th Contracting Squadron (99 CONS), Nellis AFB, NV - Products/Services Requested: - Mobile Concrete Batch Plant - Must produce 180-250 cubic yards per hour - Features: 10-12 cubic yard drum mixer, aggregate bins, cement silo, feeders, conveyors, control station with HVAC, DOT-compliant prime carrier, safety and lighting features - Military-grade durability and corrosion protection - Includes 5-year warranty, training, manuals, and diagnostic software compatible with Windows 10 - Must be transportable on public roads - Training Services - Initial set-up, tear-down, and operating training for at least 3 personnel - Yearly refresher training - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Unique or Notable Requirements: - Equipment must meet detailed military specifications for durability and corrosion protection - Diagnostic software must be compatible with Windows 10 - Small business set-aside is possible; respondents must indicate business size and socio-economic status - Compliance with FAR clause 52.219-14 (prime contractor performance) - Registration in System for Award Management (SAM) is required - NAICS code: 333120 (Construction Machinery Manufacturing)

Description

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)

99 CONS Sources Sought – RHS Concrete Batch Plant

The United States Air Force, 99 CONS, Nellis AFB, NV is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing a Concrete Batch Plant as defined in the attached Salient Characteristics. Firms that respond shall specify that their products and services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance.

Detailed Specifications are listed in the attachment identified below:

Attachment 1- Salient Characteristics

All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quotes) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.

The NAICS Code assigned to this acquisition is 333120 – Construction Machinery Manufacturing with a size standard of 1,250 employees. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  No set-aside decision has been made.  Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.   

Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.  To ensure your response along with any and all attachments are received, attachment(s) must be less than 10 MB [in total].  It is the responsibility of the respondent to contact the government to confirm receipt prior to the offer due date and time.

CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.

Responses may be submitted electronically to the following e-mail address: chase.brandt@us.af.mil

All correspondence sent via email shall contain a subject line that reads “99 CONS Sources Sought – RHS Concrete Batch Plant” If this subject line is not included, the email may not get through email filters at Nellis AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be emailed to:  

99 CONS, POC – SSgt Chase Brandt  Email: chase.brandt@us.af.mil

RESPONSES ARE DUE NOT LATER THAN 8 May 2026 BY 4:00 PM Pacific Time. Direct all questions concerning this acquisition to SSgt Chase Brandt at chase.brandt@us.af.mil.

View original listing