Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
ID: W912QR26BA001Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) Louisville District requests a Class Justification and Approval (J&A) for Other than Full and Open Competition. This J&A will allow the use of “brand name or equal” references in construction solicitations to effectively communicate interior color and finish selections for projects from FY22 through FY26. This approach is deemed necessary because descriptive language alone is insufficient to convey the required aesthetic and visual integrity for Structural Interior Design (SID) in design-bid-build contracts. The brand names serve as a basis of design, establishing a standard of quality and visual intent, rather than restricting competition. Market research indicates industry support for this method, confirming it does not unfairly limit competition, as contractors can submit equivalent products that meet the specified performance and visual requirements. This ensures coordinated and cohesive interior designs while maximizing competition to the greatest extent practicable.
    The file details the renovation of Building 7087 (Hangar 1), Phases III & IV, at Westover Air Reserve Base, Massachusetts, for the US Army Corps of Engineers, Louisville District. This project, with AF Project Number YTPM 24-0015, involves extensive architectural, structural, civil, plumbing, mechanical, electrical, telecommunications, interior, fire protection, and hazardous material work. Key aspects include demolition, repairs, and installations across various building levels and areas. The project also addresses hazardous materials such as asbestos, PCBs, and universal waste. Several options are outlined, including demolition and disposal of these hazardous materials, as well as specific upgrades like epoxy flooring and ductwork screens in the central bay. The document includes detailed sheet indexes, abbreviations, symbols, and a vicinity map with general contractor notes regarding waste disposal, material storage, traffic control, utility connections, airfield coordination, and waste soil removal. Jacobs Government Services Co. is the engineering firm responsible for the solicitation design.
    This document outlines the demolition and renovation plans for Hangar 1 at Westover ARB MA, part of the US Army Corps of Engineers' YTPM 24-0015 project. It includes drawing abbreviations, symbols, and detailed demolition notes for various areas within the building. The project emphasizes phased demolition, coordination with the Contracting Officer, protection of existing operational systems like the C-5 training simulator, and strict adherence to hazardous materials handling, including asbestos and lead-based paint. The scope covers removal of floor finishes, partitions, ceilings, and utilities, with provisions for patching, repairing, and preparing surfaces for new construction while maintaining building operations and safety protocols.
    This document is a solicitation for the Design-Bid-Build project P2: 573027, "REPAIR SQUADRON OPERATIONS B7087 (HANGAR 1)" at Westover ARB, MA, with a certified final design dated October 9, 2025 (W912QR26BA001). It outlines a price breakout schedule for base proposals and bid option items, including renovation work, temporary trailers, fire extinguishers, and hazardous material demolition/disposal (asbestos, PCB, universal waste). The document also details critical requirements for contractors, such as timely offer submission, bid bond submission, adherence to specific clauses for commencement and completion of work, and strict procedures for maintaining and submitting as-built drawings and operation/maintenance manuals. Penalties for delays and non-compliance are specified, emphasizing the importance of accuracy and completeness in all submissions. The project includes extensive details across various divisions, from procurement to utilities, with a focus on comprehensive documentation and adherence to government standards.
    The document,
    Amendment 0002 to Solicitation Number W912QR26BA001, effective December 5, 2025, details design updates for the Repair Squadron Operations Building 7087 (Hangar 1) at Westover Air Reserve Base, Massachusetts. These revisions, prompted by bidder inquiries received by November 26, 2025, primarily involve updates to various plan sheets and specification sections. Key changes include modifications to demolition plans, clarification of temporary trailer scope, updates to restroom accessories, projector mounting details, window specifications, and electrical and telecommunications plans. Additionally, several specification sections, such as the Submittal Register and Summary of Work, have been revised to reflect salvage items and updated design requirements for seating and interior signage. The amendment emphasizes the contractor's responsibility for hazardous material handling and the proper disposal or salvaging of government-furnished equipment.
    The document references
    Similar Opportunities
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.
    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.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Bldg 250 Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Building 250 Roof Repair project located at Gabreski Airport in Westhampton Beach, NY. This project involves the repair of approximately 42,500 square feet of roofing, including the replacement of the membrane, flashing, gutters, downspouts, and walking tiles, with a project magnitude estimated between $500,000 and $1,000,000. The contract is set aside for small businesses under NAICS code 238160, with a size standard of $19 million in average annual revenue. Interested bidders are encouraged to attend a pre-bid conference and site visit on November 19, 2025, with bids due by December 10, 2025. For further inquiries, contractors may contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Rolando Rowe at rolando.rowe@us.af.mil. Funding for the project is anticipated to be available by November 30, 2025.
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This project, part of the Academic Building Upgrade Program, aims to modernize academic facilities and address a significant shortage of instructional space by demolishing a 1955 addition and preserving the original 1911 structure, ultimately creating a state-of-the-art facility with various academic and administrative spaces. The estimated construction cost exceeds $500 million, with a planned solicitation in Summer 2026 and demolition/reconstruction commencing in early 2027. Interested firms are encouraged to submit their capabilities packages by December 23, 2025, to Brian Mannion at brian.t.mannion@usace.army.mil.
    MA004 - Barnes Building Snow and Ice Removal Services
    Buyer not available
    The Department of Defense, through the Army Contracting Command - New Jersey, is soliciting bids for snow and ice removal services at the Barnes Building located at 495 Summer Street, Boston, MA. The primary objective of this procurement is to ensure a clean and safe workplace free of snow and ice, in accordance with the Performance Work Statement (PWS). This contract is particularly important for maintaining operational efficiency during winter months and includes specific requirements for snow removal, stockpiling, and sidewalk clearing, with contractors responsible for snow relocation due to excessive accumulation. Interested parties must submit their bids by December 9, 2025, at 11:00 AM EST, and can direct inquiries to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil.
    Pre-bid Site Visit Announcement for Upcoming Construction Services Project at Cape Cod Space Force Station (CCSFS) in Bourne, MA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is announcing a pre-bid site visit for an upcoming construction services project at the Cape Cod Space Force Station (CCSFS) in Bourne, Massachusetts. This opportunity involves construction related to power and communication line and related structures, with a focus on compliance with specific site security requirements during the visit. The site visit is scheduled for mid-December 2025, with exact dates to be confirmed upon solicitation posting, and interested offerors are advised to limit attendance to six personnel per company, adhering to strict security protocols. For further details, including security requirements and contact information, interested parties should reach out to Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil.
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    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.