Renovate Facility 20145 at Wright Patterson Air Force Base
ID: W912QR25R0027Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF LABORATORIES AND CLINICS (Y1DB)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the renovation of Facility 20145 at Wright-Patterson Air Force Base in Dayton, Ohio. The project involves a Design-Bid-Build approach to reconfigure an existing high-bay space, including the construction of three additional elevated floors and the renovation of existing areas to create secure laboratory spaces for modeling, simulation, and analysis (MS&A). This renovation is critical for enhancing the facility's capabilities while adhering to stringent safety and building standards, including compliance with various National Fire Protection Association (NFPA) codes and Intelligence Community Directive (ICD) requirements. Interested contractors must submit their proposals electronically by August 13, 2025, at 1:00 PM, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information. The estimated project cost ranges between $10 million and $25 million, with a strong emphasis on small business participation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the renovation of the Research Facility for Modeling, Simulation, and Analysis (MS&A) at Wright-Patterson Air Force Base, Ohio, under the U.S. Army Corps of Engineers. The primary objective is to execute a comprehensive interior design package, which includes a detailed furniture, fixtures, and equipment (FF&E) schedule as part of a design-bid-build approach, culminating in a certified final submittal due by June 2025. Key components include specifications for various types of office furniture, such as high-back task chairs, desks, meeting tables, and their corresponding finishes, designed to meet quality and durability requirements. The document emphasizes that while certain items will be provided by the government, most furniture should be sourced through the contractor, ensuring proper coordination with the building's aesthetics. Moreover, the submittal must respect intellectual property rights as indicated by the ownership of design drawings by CEMS Engineering, Inc. Overall, this RFP showcases the government’s commitment to enhancing operational capabilities by modernizing research facilities, ensuring that all elements comply with specified operational and design standards while focusing on efficiency and usability in a collaborative workspace environment.
    This government file details the basis of design and finishes for the renovation of a research facility at Wright-Patterson Air Force Base, managed by the US Army Corps of Engineers, Louisville District. The submittal, dated June 16, 2025, outlines specifications for furniture, fixtures, equipment, and flooring. Key items include two 4-person workstations with tackable fabric panels, laminate surfaces, and painted metal storage. Flooring specifications detail various J&J Flooring carpet tile styles (Non Fiction II) in different colors (7026/3001 Glossary, 7025/1785 Dialogue, 7025/3346 Lexicon), mostly 24" x 24" quarter turn, with some installed on raised access flooring. Additionally, sealed concrete (SC-1) is specified as a flooring option, requiring cleaning, preparation, and sealing.
    This government file, a certified final submittal for the US Army Corps of Engineers and Wright-Patterson Air Force Base, details the structural interior design specifications for flooring and ceilings in a research facility renovation. The document, dated June 16, 2025, outlines various flooring materials including rubber tile, static dissipative solid vinyl tile, epoxy, and solid vinyl tile from manufacturers like Mannington, Armstrong, Stonhard, and Tarkett, specifying their colors, sizes, styles, and installation comments. Ceiling specifications include exposed structures and acoustical ceiling tiles and grids from Armstrong, with details on their types and usage. The file emphasizes that these drawings are proprietary to CEMS Engineering, Inc., highlighting the confidential and controlled nature of the project's design elements.
    The document outlines a comprehensive renovation project for the Research Facility at Wright-Patterson Air Force Base, focusing on the renovation's scope, critical safety protocols, and construction guidelines. The project, identified as MS&A-F20145, is under the jurisdiction of the US Army Corps of Engineers, specifically for the Louisville District, and is set for completion by June 16, 2025. Key elements include life safety assessments, construction security protocols, and environmental considerations such as soil disturbance and potential contamination. Contractors are required to ensure compliance with the Real ID Act for personnel access, maintain an Entry Authorization List (EAL), and follow strict site access and security guidelines. Detailed plans pertain to the layout across basement to third floors, addressing various infrastructural components like plumbing, electrical, and mechanical systems relevant to safety codes and occupant capacities. The document emphasizes a commitment to adhering to critical fire protection and life safety measures throughout the renovation. Collectively, these elements aim to improve the operational efficacy and safety of the facility while complying with federal regulations and standards relevant to government projects.
    The document outlines security requirements, site logistics, and structural design criteria for the renovation of a research facility at Wright-Patterson Air Force Base, Ohio. Key security measures include mandatory U.S. citizenship for all construction workers, strict site access control via an Entry Authorization List (EAL) submitted monthly to the AFRL Site Security Manager, and a prohibition on personal electronic devices within the facility. Site access is limited to a single entry/exit point, and construction laydown areas must be securely fenced and locked during non-duty hours. The structural design details include general notes on construction coordination, material specifications for steel, concrete, cold-formed metal framing, and masonry, along with design loads and foundation requirements, including micropile installation and testing. The project emphasizes adherence to safety protocols, utility protection, and the restoration of laydown areas to pre-construction conditions.
    The provided government file, part of federal government RFPs, details the "Renovate Research Facility for MS&A-F20145" project at Wright-Patterson Air Force Base, Ohio. The project, overseen by the US Army Corps of Engineers, Louisville District, focuses on architectural, fireproofing, and structural renovations across the basement, first, second, and third floors, including the lid level. Key aspects include comprehensive spray-on fireproofing for structural elements (beams, joists, and steel lid deck) to achieve 1-hour and 2-hour fire ratings per UL standards (e.g., UL G504, UL L701, UL U415, UL U419, UL U436). The file also outlines details for secured area walls and ceilings, seismic joint requirements (with movement capabilities up to 6 inches), and various door types (flush, narrow light, bi-folding, barn sliding, overhead) with corresponding hardware schedules and fire ratings (e.g., 90-minute for stairwell doors). The renovations involve new reinforced CMU walls, raised access flooring, and specific detailing for wall sections, stair plans, and column wraps. The project emphasizes adherence to safety protocols and detailed construction specifications for a secure and fire-rated research facility.
    The document outlines a federal solicitation for the renovation of Facility 20145 at Wright-Patterson Air Force Base in Ohio, estimated to cost between $10 million and $25 million. This project follows a Design-Bid-Build format and is classified as a Full and Open competition with mandated compliance for HUBZone contractors. Interested vendors must register in the System for Award Management (SAM), and proposals are to be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE). The scope of work involves constructing and renovating laboratory spaces, including creating three additional elevated floors and renovating existing areas, all adhering to various safety and building standards. A site visit and pre-proposal meeting is scheduled to allow prospective contractors to assess the work conditions. Proposals will be evaluated based on past performance, management plans, and small business participation, emphasizing a target of 20% small business involvement. The contracting officer retains the discretion to award based on the best value, rather than solely the lowest bid. This solicitation establishes a clear framework for contractor engagement in federal projects aimed at enhancing facility capabilities while ensuring competitive and equitable procurement processes.
    The document outlines the solicitation for the renovation of the Research Facility for Modeling, Simulation, and Analysis (MS&A) at Wright-Patterson Air Force Base in Ohio. It details the specifications and requirements for the renovation project, including a thorough breakdown of various construction divisions—from general requirements and existing conditions to mechanical, electrical, and safety systems. The project emphasizes adherence to federal standards, certifications, and codes, ensuring that all systems, such as elevators, plumbing, and fire protections, are correctly installed and tested. Critical components of the renovation include compliance with elevator safety codes, operational efficiencies, installation of fire suppression systems, and provisions for special inspections. The document mandates rigorous quality assurance measures, timely submittals of design data, and necessitates thorough documentation and adherence to environmental and governmental safety protocols. Overall, the renovation aims to create an enhanced research environment while ensuring safety and operational effectiveness throughout the facility.
    The document, Amendment 0002 for solicitation W912QR25R0027, pertains to the renovation of the Research Facility for MS&A, Building 20145, at WPAFB. This amendment details extensive revisions to specifications and drawings, encompassing various construction divisions from demolition and concrete to electrical and communications. Key changes include updated references for demolition and deconstruction, revised material specifications for metal stairs, and new requirements for cybersecurity across multiple building control systems. The amendment also specifies procedures for handling salvaged materials, disposing of ozone-depleting substances, and ensuring site safety and environmental protection. It mandates comprehensive plans for demolition, deconstruction, and waste management, emphasizing adherence to federal, state, and local regulations and the protection of personnel and existing structures.
    This government solicitation amendment, W912QR25R0027_Specs-0003, focuses on the renovation of a research facility for MS&A at Building 20145, Wright-Patterson AFB, OH. The amendment, dated August 7, 2025, extends the offer receipt deadline to August 13, 2025, at 1:00 PM. Key revisions include updated specification sections for price breakout, static-control flooring, and wall/door protection, along with numerous revised architectural, structural, and electrical drawings. The document details a comprehensive price breakout schedule, including base proposals for primary facility renovations and asbestos abatement (white mastic on fiberglass pipe insulation, 12”x12” white floor tile with tan streaks and black mastic, white duct mastic on fiberglass insulation, and 12”x12” white floor tile with black streaks and non-asbestos-containing yellow mastic), as well as options for furniture, fixtures, and equipment (FF&E). Detailed technical specifications are provided for static-control flooring (conductive and static-dissipative vinyl and rubber tiles, wall base, adhesives, moldings, and electrical ground connections) and wall/door protection (resilient corner guards, wall coverings/panels, trim, fasteners, and adhesives), emphasizing quality assurance, material certifications (especially for indoor air quality), and installation guidelines.
    The document serves as an amendment to a federal solicitation/modification of a contract with the U.S. Army Engineer District, Louisville, regarding solicitation W912QR25R0027. Key changes include the alteration of the required response date, extending it from July 23, 2025, at 1:00 PM to August 8, 2025, at 1:00 PM. The amendment confirms that all other terms and conditions of the original solicitation remain in effect. Contractors are instructed to acknowledge receipt of this amendment using specified methods and to submit any changes to previously submitted offers accordingly. The document outlines administrative modifications, ensuring compliance with federal regulations and facilitating the procurement process. This amendment reflects the government's ongoing efforts to manage solicitations and contracts efficiently, allowing for updated timelines while maintaining the integrity of the original solicitation framework.
    This document, Amendment 002 to Solicitation W912QR25R0027, issued by the U.S. Army Engineer District, Louisville, modifies an existing solicitation dated June 23, 2025. Effective August 5, 2025, this amendment extends neither the hour nor the date for offer receipt. The primary purpose of this amendment is to introduce revisions related to the "WPAFB – RENOVATE RESEARCH FACILITY FOR MS&A, BUILDING 20145" project. These changes encompass updates to various specifications, including demolition, metal stairs, tiling, paints, and injection grouted micropiles. Additionally, revisions are made to CID elements such as furniture, fixtures, equipment, and structural interior design flooring. Numerous drawing revisions are also detailed, covering security plans, code compliance, general notes for structural and architectural elements, mechanical, plumbing, fire alarm, and electrical systems, and communication plans. This amendment ensures all parties are aware of the updated requirements and specifications for the renovation project.
    This document, Amendment 0003 to Solicitation W912QR25R0027, extends the offer receipt deadline to August 13, 2025, at 1:00 PM. It details revisions to the "RENOVATE RESEARCH FACILITY FOR MS&A, BUILDING 20145, WRIGHT-PATTERSON AFB, OH" project, including updated specifications for flooring, wall protection, and door protection. Several architectural, structural, and electrical drawings have been replaced, along with structural interior design documents for flooring and ceilings. The amendment also modifies the price breakout schedule, detailing costs for primary facility renovations, asbestos abatement for various materials (fiberglass pipe insulation, floor tile, duct mastic), and options for furnishing and installing furniture. Offerors must acknowledge this amendment and provide revised prices for all items, with proposals evaluated based on best value to the Government.
    Amendment #0004 for solicitation W912QR25R0027 addresses a typo in the previously amended Price Breakout Schedule for the WPAFB research facility renovation. The amendment revises CLIN 0001B from 3000 SF to 300 SF for asbestos abatement related to white mastic on fiberglass pipe insulation. This amendment does not extend the proposal due date. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. The document outlines detailed price breakouts for various renovation and asbestos abatement tasks, including options for furniture and fixtures, emphasizing that all numbered items and options must be priced. It also specifies evaluation criteria for best value and notes that certain CLIN items are estimates subject to variations in quantity.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    Renovation of Building 12 Picatinny Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and it includes essential renovations and the potential addition of an emergency generator. The procurement process emphasizes the importance of compliance with various technical specifications and safety standards, particularly regarding mechanical and electrical systems, as well as adherence to the Buy American Act. Proposals must be submitted electronically by December 12, 2025, at 2:00 PM EST, to the designated contacts, Monica Coniglio and Matthew Lubiak, with a file size limit of 25MB per email.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    403873 FLW AIT Barracks Complex II Phase 2
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.
    Pre-notice of forth coming solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.