FA4613 - Adventure Park Playground
ID: FA461325Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Sporting and Recreational Goods and Supplies Merchant Wholesalers (423910)

PSC

RECREATIONAL AND GYMNASTIC EQUIPMENT (7830)

Set Aside

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

    The Department of Defense, through the 90 Civil Engineer Squadron at F.E. Warren Air Force Base in Wyoming, is soliciting proposals for the installation of a new playground at Adventure Park. This project requires contractors to provide all necessary labor, materials, equipment, and permits to construct the playground, which includes specific features such as four slides and various activity components, while ensuring compliance with safety and environmental regulations. The initiative aims to enhance recreational facilities for military families, emphasizing safety and sustainability in design and materials. Interested contractors, particularly small businesses and women-owned enterprises, must submit their proposals by April 18, 2025, and can direct inquiries to SSgt Tiffany Turgeon at tiffany.turgeon@us.af.mil or Andrea McCurry at andrea.mccurry@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force, via the 90 Civil Engineer Squadron at F.E. Warren AFB, has issued a Request for Proposal (RFP) for the installation of a new playground at Adventure Park, located northeast of Building 2111 in Cheyenne, Wyoming. This project involves providing all necessary labor, materials, equipment, and permits for the playground’s construction and its safe fall area, ensuring compliance with environmental regulations, safety standards, and procurement mandates. Playground specifications require four slides, various large and small activity components, and a maximum height of 20 feet, with safety surfacing covering 2,700 square feet. Work must adhere to local codes, regulations, and safety guidelines such as those from ASTM and CPSC, emphasizing sustainable materials and practices. The contractor is tasked with coordinating a work schedule within designated hours while ensuring site safety during the project, which may involve temporary work area evacuations due to emergencies. All installations must be completed within 210 days of contract award, highlighting the stringent time management required for the project’s success. Overall, this initiative underscores the Air Force's commitment to providing safe recreational facilities within its bases while adhering to environmental and safety standards.
    The document outlines the evaluation criteria for playground installations within a government framework, including specific details about equipment and safety measures. Highlighted criteria include the types and numbers of slides and large and small activities—such as Transfer Stations and Bongos. Information is provided on color options, including Brick Red and Terracotta, as well as important dimensions such as the total safe area size of 43 ft x 33 ft, playground height of 15 ft, and a maximum fall height of 10 ft. This structured data aims to guide vendors in responding to Requests for Proposals (RFPs) related to playground installations, ensuring compliance with safety standards and thematic requirements within federal grants and local government projects. The focus is on creating safe, engaging play environments for children, aligning with community development goals and regulations.
    The government file FA461325Q0011 pertains to the Adventure Park Playground project at a military base, outlining key questions and responses related to the Request for Proposals (RFP). The document emphasizes that all equipment must be domestically produced and comply with ASTM 1487 safety standards. Contractors will have full access to the construction site, although grading work may be necessary. The government provides site images but does not recommend contractors for topographic surveys. It is the contractor's responsibility to fence the area during construction to ensure child safety and to maintain a suitable distance from the dirt road. The preferred surfacing material is poured-in-place rubber, targeting a playground age demographic of 5-12 years, though 2-12 is also acceptable. The file does not disclose an estimated budget for the project or specific avenues for electronic bid submissions, while clarifying that no preferred setback from a dirt road is required. Overall, the document serves to clarify requirements and expectations for potential bidders, enhancing transparency in the procurement process while outlining safety and accessibility measures for the playground installation.
    This document serves as an amendment to the solicitation FA461325Q0011, extending deadlines for submission of offers, updating site visit details, and modifying elements related to the procurement process. It specifies that contractors must acknowledge this amendment by the submission deadline to prevent rejection of their proposals. The amendment includes changes to the North American Industry Classification System (NAICS) code and outlines the requirements for RFQ submissions, including a completed line item pricing form, warranty details, and an Evaluation Criteria Excel Sheet. Furthermore, the amendment states that delivery of goods is expected within 160 days post-award and highlights the necessity of being registered in the System for Award Management (SAM). It provides new site visit information scheduled for April 3, 2025, at F.E. Warren AFB, WY, with specific instructions for base access. Questions regarding the RFQ must be submitted by April 8, 2025, and quotes are due by April 18, 2025. The document notes that awards will not be made without available funding and retains the government's right to cancel the solicitation without reimbursement to offerors. This amendment encapsulates essential procedural updates critical for participant compliance and submission readiness within the context of federal procurements.
    The Women-Owned Small Business (WOSB) solicitation FA461325Q0011 outlines a contract for playground equipment and installation at Francis E. Warren Air Force Base, Wyoming. Key components include delivery of playground equipment, safety flooring installation, and site preparation. The request requires potential contractors to submit pricing for specified line items, a digital design color wheel, warranty information, and delivery timelines. Proposals must comply with government regulations, being reserved for small businesses, particularly those that are WOSB or Economically Disadvantaged Women-Owned Small Businesses. Other stipulations include registration in the System for Award Management (SAM) and adherence to various federal acquisition clauses regarding labor standards, veteran employment, and trafficking prevention. The delivery deadline is set within 160 days post-award, emphasizing compliance to ensure safety and environmental regulations. This solicitation represents a federal initiative aimed at supporting small and women-owned businesses in government contracting while focusing on community development projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    Playground Equipment Supply, Edward MacDowell Lake, Peterborough, NH
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking small business vendors to supply, deliver, and unload playground equipment at Edward MacDowell Dam in Peterborough, New Hampshire. The procurement includes specific requirements for playground structures and a swing set system, emphasizing compliance with safety certifications (ASTM and CPSC), design specifications, and aesthetic considerations, such as color schemes. This opportunity is significant for enhancing recreational facilities and ensuring safety standards for community use. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Contract Specialist Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, with the award based solely on price.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This large-scale construction project, with an estimated cost between $100 million and $250 million, aims to establish a consolidated facility that includes various operational spaces and infrastructure necessary for security forces operations. The use of PLAs is intended to promote efficiency and stability in labor relations for such significant federal projects, as mandated by Executive Order 14063. Interested parties are required to submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages and include relevant contact information.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. This large-scale construction project is estimated to have a magnitude between $100 million and $250 million and will involve the design-bid-build delivery method, requiring contractors to provide a complete facility that meets specific Department of Defense standards. The project includes the construction of two buildings, extensive utility work, and compliance with cybersecurity requirements, emphasizing the importance of labor-management stability and efficiency in federal procurement. Interested parties must submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages.
    FA461325Q0023 Replacement Office Furniture B327/328
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.