PSXE222005 Repair Bldg 90100 for Blue Horizons
ID: W50S98-24-B-0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N1 USPFO ACTIVITY TNANG 134MCGHEE TYSON ANG BASE, TN, 37777-6227, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS (Z2EZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting bids for the repair of Building 90100 at the Blue Horizons facility located at McGhee Tyson Air National Guard Base in Tennessee. This project, designated as PSXE222005, is a Total Small Business Set-Aside and encompasses comprehensive renovations, including architectural, structural, plumbing, mechanical, electrical, and information technology enhancements to improve the building's operational capabilities. The contract is estimated to be valued between $1 million and $5 million, with a performance timeline of 365 days post-award, and bids are due by September 17, 2024, at 1:00 PM EST. Interested contractors can direct inquiries to primary contact Kristen Phipps at kristen.phipps@us.af.mil or secondary contact Brian Morelock at brian.morelock.1@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Tennessee Air National Guard for the repair of Building 90100, designated as "Blue Horizons." The RFP is structured to address various aspects of the renovation, including architectural, structural, plumbing/mechanical, electrical, and civil engineering components. It seeks qualified contractors to submit bids for comprehensive repair work necessary to restore and upgrade the facility. This initiative demonstrates the military’s commitment to maintaining and improving infrastructure, ensuring that facilities meet operational standards and safety regulations. The RFP's focus on multiple engineering disciplines indicates a multifaceted approach to the project, requiring collaboration between specialized contractors to achieve seamless integration and functionality. By issuing this RFP, the Tennessee Air National Guard aims to enhance its infrastructure while aligning with state and federal procurement practices.
    The document outlines the specifications for Glazed Aluminum Curtain Walls as part of a construction project. It details requirements for aluminum-framed curtain walls with vision glazing, related installation procedures, and components. Key sections include reference standards, administrative requirements such as preinstallation meetings, and necessary submittals including product data and shop drawings. Quality assurance is emphasized, mandating that designs be supervised by qualified structural engineers. Installation guidelines stress the importance of maintaining tolerances and ensuring airtight seals. Performance criteria such as resistance to water penetration, air leakage, and thermal performance are outlined, with specific testing protocols cited for compliance. Manufacturers must be approved and possess design experience, while installers must have documented qualifications. A warranty period of five years is stipulated for both the work and materials. The document serves as both a technical guide and compliance checklist for contractors responding to government requests for proposals (RFPs), ensuring that the construction meets stringent standards for safety, performance, and quality assurance in public sector building projects.
    The document outlines the specifications for the "Repair Building 90100 for Blue Horizons" project under the Tennessee Air National Guard. The contract includes detailed requirements regarding construction work, compliance with regulatory standards, and quality control measures. Key sections cover the summary of work, weather delays, coordination among contractors, project meetings, and submittal procedures for materials and inspections. The intent is to ensure that all construction activities adhere to the highest quality while complying with federal, state, and local codes. The guidelines specify the responsibilities of the contractor, including maintaining a schedule, managing subcontractors, and documenting work progress through various required submissions such as shop drawings and inspection reports. The document emphasizes the significance of coordination between different trades and adherence to safety standards throughout the project. The ultimate goal is to complete the work efficiently, ensuring the facility is ready for government use while meeting all specified standards and regulations.
    The government document details a Request for Proposal (RFP) for the repair of Building 90100 at the Tennessee Air National Guard's McGhee Tyson Air National Guard Base, focusing on a comprehensive renovation project named "Repair Building 90100 for Blue Horizons." The project encompasses various aspects such as architectural, structural, plumbing, mechanical, electrical, and civil works. Key instructions are provided for contractors, emphasizing the need to maintain utility services, manage hazardous materials, and adhere to federal and state regulations throughout the demolition and construction process. The document outlines specific responsibilities for the contractor, including having a plan for recycling materials, maintaining existing utilities, and coordinating traffic control and access to the base for personnel and deliveries. A detailed list of drawings necessary for the project is included, indicating various construction plans such as demolition and floor plans. The RFP reflects the government's commitment to ensuring that the renovation aligns with safety standards and operational requirements of the facility while managing environmental impacts and promoting efficient resource use during the repairs. Overall, it serves as a guideline for contractors to follow in executing a project that meets military and federal compliance regulations.
    The file outlines the Q&A responses related to the project "PSXE 222005 Repair Building 90100 for Blue Horizons" under solicitation W50S98-24-B-0004. Key clarifications include that the ice maker and coffee maker are excluded from contractor responsibilities, with specifications detailing a Kawneer 990 manual sliding glass door and powder-coated aluminum lettering for signage. Updates concerning accessible signs clarify that a new directory is unnecessary, as current signs are outside the project's scope. It addresses issues of missing specifications for certain systems, confirming no need for water distribution or fire protection drawings and clarifying hardware requirements for storefront doors. Additionally, custom printed vinyl wall covering is required for a mural wall and polyvinyl graphics for the entry vestibule. The document includes provision for attached specifications on window shades and curtain walls, ensuring clarity for necessary materials and methods involved in the renovation project. Overall, these Q&A responses ensure that all contractors have a clear understanding of the requirements and specifications involved in the repair project.
    The document addresses a series of questions and answers concerning the repair of Building 90100 for Blue Horizons as outlined in federal RFP W50S98-24-B-0004. Key clarifications include that certain kitchen equipment (ice maker and coffee maker) will not be part of the contractors' procurement responsibilities, and specific materials and specifications for signage, doors, and windows have been confirmed. It also details that acoustic ceiling system options can be substituted for cost savings and outlines requirements for communication systems and window shades. The absence of fire protection and civil drawings is acknowledged, as well as other specifications concerning interior and exterior storefronts. Overall, the document serves to clarify project requirements and specifications necessary for accurate bidding and compliance in the construction process, emphasizing adherence to established government guidelines and standards. Through these clarifications, the government aims to streamline the procurement process while ensuring that contractors understand the scope and materials needed for the project.
    The document outlines a Request for Information (RFI) for Solicitation W50S98-24-B-0004 Blue Horizon, submitted by Jared Couch from Semper Tek Inc. It addresses various technical clarifications related to a construction project, focusing on door hardware, sheet index discrepancies, removal of finishes (gypsum, flooring, ceilings), and responsibilities for moving equipment and furniture during project execution. Additionally, it confirms the building’s non-sprinklered status and specifies materials for wall graphics and corner guards. The contractor's deliverables are largely focused on construction specifications, removal and replacement of specified materials, handling of equipment during demolition, and adhering to design standards for various elements like doors and signage. The document emphasizes detailed coordination and compliance with design and construction standards, reflecting the complexity typical in government RFPs and grants, ensuring clarity for project execution.
    The document outlines the specifications for the installation of a Structured Communications Cabling System (SCS) at the 134th Air Refueling Wing's facilities. It details requirements for communications systems, structured cabling, installation processes, grounding measures, and warranty commitments. Key components include the use of Cat6a UTP copper cables and OM3 multimode fiber, with mandates for installation according to BICSI guidelines and relevant regulatory standards such as ANSI/TIA/EIA. It emphasizes the importance of utilizing UL-listed materials and certified installers for quality assurance and compliance with national fire and electrical codes. The scope includes comprehensive tasks such as installing telecommunications wiring, patch panels, and grounding systems, as well as ensuring all work is well-documented and tested for performance. Submission of certifications and product samples is required before work commencement. Final acceptance of the installation hinges on satisfactory completion of tests, documentation, and a two-year warranty on workmanship and materials. This specification aligns with government RFP standards, ensuring high-quality execution while prioritizing safety and compliance.
    The document outlines a Request for Proposal (RFP) for the repair of Building 90100 for the Blue Horizons program under the 134th Air Refueling Wing. The project reference code is PSXE222005, dated April 15, 2024. It specifically concerns the information technologies floor plan and accounts for the structural adjustments required to optimize technology infrastructure. The document emphasizes the necessity for detailed planning and compliance with relevant standards for effective implementation. The successful completion of the project is essential for enhancing operational capabilities and maintaining the quality of service for the Air Refueling Wing. Overall, the RFP serves as a formal invitation for contractors to submit proposals that outline their qualifications to execute the necessary repairs and upgrades to the specified building.
    The document pertains to the repair and technological enhancement of Building 90100 for the Blue Horizons initiative, specifically through the 134th Air Refueling Wing. It outlines necessary modifications under project code PSXE222005, dated April 15, 2024, with a focus on information technology improvements. Specific elements addressed include the installation of new communication and audiovisual (AV) faceplates, detailed rack configurations, and structural specifications for wall penetrations related to IT infrastructures. The drawings referenced illustrate typical designs, outlet arrangements, and secure connection points, facilitating a modernized technological environment in the facility. The purpose of this document aligns with government procurement practices aimed at enhancing operational capabilities within military contexts by clearly defining the technical requirements and necessary steps for facility upgrades. Thus, it serves as a proposal for contractors to execute these improvements in compliance with federal and military standards.
    The document outlines the specifications for the renovation of Building 90100 at the Blue Horizons facility, specifically for the 134th Air Refueling Wing, referenced as PSXE222005, dated 4.15.24. It focuses on information technology enhancements, detailing various installation requirements for equipment racks and associated infrastructure. Key elements include a typical equipment rack side view, typical ladder rack details, and WAP (Wireless Access Point) mounting details, stipulating installation heights and connection methods. The document emphasizes the need for precise detailing in the construction process to ensure compliance with standards relevant to information technology installations. The overall objective of this project is to improve technological readiness and utility of the building while providing essential technical specifications required for contractors to perform the necessary upgrades effectively.
    The document details the repair and upgrade plans for Building 90100 at Blue Horizons for the 134th Air Refueling Wing, identified by the reference number PSXE222005. It includes specific fiber and patch panel schedule designs under section IT5.1, outlining various patch panel arrangements labeled with alphanumeric codes (e.g., 02R1A, 03R1F1) and emphasizing that actual panel numeration may vary. The mention of no scale indicates that these schedules are conceptual and require detailed specifications during implementation. The focus on information technologies suggests an emphasis on enhancing communication infrastructure within the building. This proposal aligns with federal guidelines for Requests for Proposals (RFPs), highlighting its importance in modernizing military facilities to ensure robust operational capabilities. The overall purpose of this document is to provide a structured outline for the necessary technological upgrades, thereby supporting ongoing military functions and infrastructure improvements.
    The Technical Note 28D details the design and construction guidelines for anchored brick veneer walls backed by concrete masonry units (CMUs). It emphasizes key elements including air space, flashing, thermal resistance, and structural design principles. Recommendations include maintaining a minimum 2-inch air space, essential placement of flashing to manage moisture, and ensuring ties are well-placed to accommodate lateral loads and movement. The document outlines the significance of proper insulation techniques and moisture control within wall assemblies, underscoring fire resistance and sound transmission properties. Key construction components such as shelf angles, weeps for drainage, and movement joints to accommodate thermal expansion are also addressed. This Technical Note serves as a comprehensive resource aimed at enhancing durability and performance in masonry construction, relevant for federal and state RFPs associated with building design and environmental standards.
    The document outlines a revised schedule of hardware specifications for a federal Request for Proposal (RFP) related to a construction or upgrade project. It includes a detailed breakdown of various sections and indicates specific measurements for multiple hardware installations—comprising dimensions in feet and inches and labeling for different components, such as "A" and "WD." The information is organized into numbered entries, with each section providing clear height, width, and depth specifications for various items categorized under hardware sets. This revision aims to ensure compliance with federal guidelines and maximize efficiency in the governmental technical modular framework. The document serves as a crucial touchpoint for contractors engaging in federal grant projects or state and local RFPs, outlining precise requirements necessary for adherence to project standards and expectations.
    This document is a specification for the repair of a building for Blue Horizons, addressed to Micheal Schmidt of Johnson Architecture by J.R. Zupcsan from William S. Trimble Co., Inc. It outlines a detailed list of hardware, including manufacturers and model numbers for various door components, such as hinges, exit devices, locksets, and closers. The document specifies that all locksets must be master keyed with a satin chrome finish on the hardware. It also addresses compliance with the State Handicap Code for door closers, ensuring they meet specified standards for accessibility. There are multiple hardware sets corresponding to different doors, each detailing the quantity, item, model number, manufacturer, and finish. Through this specification, the aim is to ensure the proper functional and aesthetic upgrade of the building's entry systems in compliance with regulations. Overall, this document serves as a precise guide for contractors to supply the necessary materials for the repair project in line with government standards and requirements.
    The Statement of Work (SOW) outlines the requirements for contract PSXE222005, focused on the repair and renovation of Building 90100 at McGhee Tyson Air National Guard Base for the Blue Horizons Training and Education Program. The contractor is tasked with providing all necessary resources, including personnel, equipment, and quality control to perform upgrades and repairs, given the lack of internal capabilities to handle such large-scale activities. The work is scheduled to be completed within 365 days following the notice to proceed, during standard business hours, and is subject to strict compliance with security and safety regulations. Key aspects of the contract include the need for a quality control plan, adherence to recognized holidays, and the requirement for contractor employees to comply with installation regulations. The document emphasizes the necessity for effective communication with the government representatives, especially regarding any issues or delays encountered during the project. Additionally, all contractor personnel must complete mandatory training, including Antiterrorism Level I, and comply with security protocols surrounding Personally Identifiable Information (PII). Ultimately, the SOW establishes a framework to ensure that all tasks are performed effectively and compliant with government standards, while protecting government interests and properties.
    The document outlines project specifications for the maintenance and repair of sidewalks at the Tennessee Air National Guard's Briscoe Drive front gate entrance. It emphasizes contractor responsibilities regarding the management of existing above-ground and underground utilities, requiring damage prevention and utility service maintenance notifications at least 72 hours prior. Waste materials must be properly disposed of in compliance with local, state, and federal laws, with an emphasis on recycling and hazardous material management. Contractors are instructed to submit monthly hazardous material usage reports and obtain necessary permits before excavation. The document also details contractor access, parking, and staging protocols, highlighting security measures for base entry. Key contacts include the contracting officer and civil engineering work control representatives, ensuring adherence to project requirements and safety regulations. Overall, the file serves to guide contractors in executing the project effectively while maintaining compliance and safety on a government military installation.
    The document outlines the details for a pre-bid conference regarding Solicitation W50S98-24-B-0004, which concerns the repair of Building 90100 at the 134th Air Refueling Wing in Louisville, Tennessee. The project, estimated at $1 million to $5 million, is a 100% Small Business Set Aside, with the contract awarded based on compliance and value to the government. Bids are due by 1:00 P.M. EST on 17 September 2024, with specific submission requirements detailed, including the necessity for signed bid forms and a valid bid bond. Important deadlines include questions submitted by 10 September 2024 and access information for site visits required by 13 September 2024. Wage determinations and liquidated damages clauses are also discussed. Potential bidders are advised to read all solicitation requirements carefully and ensure all documentation matches precisely. Questions regarding the project should be submitted in writing, and responses will be posted on SAM.gov. Overall, the document serves as a guide to assist interested contractors in preparing their bids responsibly and in compliance with federal regulations.
    The memorandum details the minutes from a pre-proposal conference held by the Tennessee Air National Guard regarding the solicitation W50S98-24-B-0004 for the repair of Building 90100, titled "Blue Horizons." Conducted on August 30, 2024, the conference included representatives from the government and various contractors. Key discussions covered the project's scope, timeline, and bidding process, including a bid construction value estimated between $1,000,000 to $5,000,000. Specifics such as bid package requirements, submission deadlines (September 17, 2024, at 1 PM), and protocols for asking questions were emphasized. Contractors were instructed to direct inquiries through the contracting office via email, avoiding direct contact with design engineers. A site visit for inspection was part of the agenda, underscoring the importance of understanding the project's parameters prior to final proposal submission. All amendments and responses to questions will be posted on Sam.gov, ensuring transparent communication throughout the bidding process. This pre-proposal conference illustrates the structured approach of government procurement, emphasizing compliance and effective contractor engagement.
    The document outlines a site visit related to the federal Request for Proposal (RFP) W50S98-24-B-0004, scheduled for August 30, 2024, involving various contractors and government representatives. Key personnel involved include members from the 134th Maintenance Squadron and 134th Civil Engineering, along with multiple contractors such as Alpha Contractors, Semper Tek Inc., and others. Contact details of individuals from these companies are presented, indicating their role in the tender process for government contracting purposes. The purpose of the visit is likely to assess capabilities or discuss project specifications in relation to the RFP. The document serves as a communication tool to coordinate among representatives, facilitating collaboration and compliance with necessary governmental processes, ensuring transparency and organizational efficiency in forthcoming projects. This summary encapsulates the essential elements of the document while maintaining clarity regarding its intent within the scope of federal and state contracting frameworks.
    The document outlines a sealed bid solicitation for the construction contract PSXE222005, designated for the repair of Building 90100 at the Blue Horizons facility on McGhee Tyson ANG Base in Tennessee. This project is specifically set aside for small businesses, with a construction budget estimated between $1 million and $5 million. The North American Industry Classification System (NAICS) code is 236220, and the small business size standard is $45 million in average annual receipts over the last three years. A pre-bid conference is encouraged for potential bidders, and while funds are not currently available, they are anticipated before contract award, which depends on appropriated funding. The contract award will be based solely on price and is expected to occur without further discussions. Additional requirements include performance and payment bonds and adherence to labor-related regulations, including affirmative action requirements. The timeline for contract performance stipulates that work must begin within 10 calendar days post-award, and be completed within 365 days. The document emphasizes the necessity for bidders to register in the System for Award Management (SAM) and outlines several clauses and conditions integral to the bidding process.
    The document titled "Amendment of Solicitation/Modification of Contract" concerns federal procurement for the repair of Building 90100 for Blue Horizons at McGhee Tyson Air Base, Tennessee. The amendment outlines changes to the bid response date, which is now due by September 17, 2024, at 1:00 PM, and describes the scope of work required, including management, equipment, and labor for repairs over a period of 365 days after the notice to proceed. The solicitation is exclusively set aside for small businesses, with essential details regarding the pre-bid conference scheduled for August 30, 2024. Attendees must register and submit identification information due to security protocols at the Air Base. Bidders are encouraged to submit questions to the contracting office by specific deadlines to ensure all inquiries are addressed before the bidding timeline. Additionally, there are established guidelines for the bid submission process, including a repository for hand-carried bids and references to applicable wage rates. The government retains unsuccessful bids for review, emphasizing the qualifying standards necessary for potential contractors. The document integrates Federal Acquisition Regulation clauses and necessitates compliance with administrative procedures for procurement.
    The document is an amendment to solicitation W50S9824B0004, modifying a previously established government contract. It confirms that all terms and conditions, except as detailed in the amendment, remain unchanged. The amendment extends the deadline for offer submissions, requiring acknowledgment of the amendment to avoid rejection. It includes critical updates to various sections of the solicitation, particularly the Table of Contents, and provides a summary of changes made to specific sections and attachments. The document also details the administrative changes affecting the contract and references multiple attachments, including statements of work, drawings, and specifications that have been revised or added. The effective date of the amendment is September 4, 2024, indicating an ongoing solicitation process to fulfill government contracting needs. This document reflects the government’s procedural requirements for amendments to solicitations, ensuring transparency and adherence to regulatory standards in the procurement process.
    Lifecycle
    Similar Opportunities
    PSXE 242029 Repair TEC Recreational Areas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of recreational areas at the McGhee Tyson Air National Guard Base in Louisville, Tennessee, under Project PSXE242029. This project, which is exclusively set aside for small businesses, encompasses repairs and upgrades to facilities supporting the 10 PAA KC-135R Air Refueling Wing, with a contract value estimated between $500,000 and $1,000,000. Bidders are required to comply with government construction standards and must submit their proposals by September 26, 2024, following a pre-bid conference scheduled for August 30, 2024. For further inquiries, interested parties can contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil.
    PSXE 242030 Repair Joint Seals & Water Tank
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of joint seals and a water tank at the 134th Air Refueling Wing located at McGhee Tyson Air National Guard Base in Louisville, Tennessee. This project, designated as PSXE 242030, is a Total Small Business Set-Aside and requires contractors to provide labor, materials, and equipment necessary for the repairs, with an estimated project cost between $500,000 and $1,000,000. The work is critical for maintaining military infrastructure and supporting air refueling operations, emphasizing compliance with federal regulations and quality standards. Interested bidders must submit their proposals by 10:00 AM (EST) on September 24, 2024, and can direct inquiries to primary contacts Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil.
    PSXE242028 - Repair MSG & Facilities Electrical System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of the MSG & Facilities Electrical System at the McGhee Tyson Air National Guard Base in Louisville, Tennessee. The project involves upgrading and repairing electrical systems primarily supporting the 10 PAA KC-135R Air Refueling Wing, with a total estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for small businesses, emphasizing the importance of compliance with federal acquisition regulations and submission protocols. Interested contractors must submit their bids by September 23, 2024, and are encouraged to contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil for further inquiries.
    PSXE 242020 Repair TEC Physical Fitness Area
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of the TEC Physical Fitness Area at McGhee Tyson Air National Guard Base in Louisville, Tennessee. This project, set aside exclusively for small businesses, aims to enhance the fitness infrastructure to meet operational readiness standards, with an estimated contract value between $500,000 and $1,000,000. The scope includes constructing a new recreational court, sidewalks, and ensuring compliance with safety and environmental regulations throughout the construction process. Interested bidders must attend a pre-bid conference on August 30, 2024, with bids due by September 25, 2024. For further inquiries, contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil.
    Construct Perimeter Security Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids from qualified small businesses for the construction of a secondary perimeter security fence at the Tennessee Air National Guard Base in Memphis, TN. The project involves installing a 5,500-foot-long anti-climb fence, complete with multiple gates and crash-rated vehicle swing gates, to enhance base security. This construction effort is critical for maintaining the safety and integrity of military operations, with a contract value estimated between $1 million and $5 million. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on August 28, 2024, with bids due by October 9, 2024. For further inquiries, contact Christopher Rhyne at christopher.rhyne.1@us.af.mil or by phone at 901-291-7109.
    Building 610 Fabric Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the fabric door of Building 610 at the 174th Attack Wing in Syracuse, New York. This project, identified as Project HAAW232014, is a total small business set-aside with an estimated value between $500,000 and $1,000,000, requiring bidders to utilize Assa Abloy certified technicians for the installation and maintenance of the Mega Door systems. The successful contractor will be responsible for ensuring compliance with safety and environmental regulations while completing the necessary repairs within a timeline of 270 days. Interested parties must attend a pre-bid conference on September 4, 2024, and submit their bids, which must remain valid for at least 90 days, to the primary contact, Briana McCaffery, at briana.mccaffery@us.af.mil, or by phone at 315-233-2130.
    Presolicitation B134
    Active
    Dept Of Defense
    Sources Sought B134 is a notice from the DEPT OF DEFENSE, specifically the DEPT OF THE ARMY. The notice type is Sources Sought and the procurement target is the repair or alteration of other industrial buildings. The place of performance is in Louisville, TN, USA. The primary contact for this notice is Lisa Fingland, who can be reached at Lisa.Fingland@us.af.mil or 8653363342. The secondary contact is Andrew Headrick, who can be reached at andrew.headrick@us.af.mil or 8653363351. The purpose of this notice is to gain knowledge of potential sources for a project involving the repair of building 134. The project includes repairing the building's interior walls, doors, windows, ceilings, sound attenuation, internal and external durable surfaces, paint coatings, floor coverings, millwork, interior lighting systems, interior drainage, protective coatings, and fire sprinkler and interior heating, ventilation, air conditioning systems. The project will be a Firm Fixed Price contract. Interested parties, especially small businesses, are encouraged to respond to this notice for planning purposes. The Tennessee Air National Guard is seeking information on the interest, capabilities, and qualifications of various members of the Small Business Community, including Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB), to compete and perform the contract. The magnitude of this project is greater than $10,000,000. All interested concerns are required to provide a notice of their intention to submit a proposal as a prime contractor no later than 4 April 2023, 10:00 A.M. EST. The notice should include a positive statement of intent to bid, a completed and signed Sources Sought Information Request Form, and a listing of projects completed during the past three years. The information should be provided via email to Lisa Fingland at Lisa.Fingland@us.af.mil. In summary, this notice is seeking potential sources for a project involving the repair of building 134, including various interior and exterior components. Small businesses are encouraged to respond with their interest and qualifications to compete for the Firm Fixed Price contract.
    Repair Fire Department Building
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the Fire Department Building 644 at the Hancock Field Air National Guard Base in Syracuse, New York. The project, designated as Project HAAW232002, involves significant renovations including the repair of the vehicle bay floor, restroom facilities, and other structural elements, while ensuring compliance with environmental standards related to PFAS. This opportunity is a total small business set-aside under NAICS Code 236220, with an estimated project cost ranging from $250,000 to $500,000, and bids must be valid for at least 90 days. Interested contractors are encouraged to attend a pre-bid conference on August 14, 2024, and should direct inquiries to Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil, with contract funding anticipated to be available by September 30, 2024.
    MHMV210015 Alter B737 and B733 Munitions Area
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the alteration of the B737 and B733 Munitions Area at Kirtland Air Force Base in New Mexico. The project involves minor interior renovations of two buildings, with a construction magnitude estimated between $1,000,000 and $5,000,000. This procurement is crucial for maintaining operational readiness and safety at the base. Interested small businesses must submit their bids electronically by September 23, 2024, with a site visit scheduled for August 19, 2024. For further inquiries, potential bidders can contact Kelly McGrath at kelly.mcgrath.1@us.af.mil or by phone at 505-846-3707.
    Repair Small Arms Range Bullet Trap
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the Small Arms Range Bullet Trap at Hancock Field Air National Guard Base in Syracuse, New York. This project, designated as Project HAAW222015, is a total small business set-aside under NAICS code 236220, with an estimated funding range between $250,000 and $500,000. The repairs are critical for maintaining operational readiness and safety at the range, which has not been cleaned since 2009 and requires compliance with various environmental and safety regulations. Interested bidders must attend a pre-bid conference on August 27, 2024, and submit their bids by September 17, 2024, with the expectation that funds will be available by September 30, 2024. For further inquiries, bidders can contact Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil.