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 architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a contract duration estimated at 519 calendar days from the notice to proceed. The project is critical for maintaining operational capabilities and safety standards at the base, addressing significant issues such as asbestos and PCB removal, and ensuring compliance with government regulations. Interested contractors should note that funds are not currently available for this acquisition, and no contract award will be made until appropriated funds are secured; the due date for bids is set for December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.

    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 document outlines a Justification and Approval (J&A) for the sole-source procurement of specific brand-name restroom accessories for a renovation project at Westover ARB, MA. The contracting authority cites that competition is not feasible due to the necessity of compatibility with existing systems, emphasizing that using brand names is essential for maintaining operational efficiency and aesthetics. The project is estimated to span from September 30, 2025, to September 30, 2027, with no alternative suppliers identified or market research conducted.
    The Justification and Approval (J&A) document outlines the sole-source acquisition of Schlage Lockset and Cylinder Systems for a construction project at Westover ARB, MA, specifying that the new systems must be compatible with existing lock systems to maintain security and emergency access. The statutory authority for this purchase is based on the necessity of using a singular source to meet agency requirements, with no viable alternatives available. The procurement process includes a notice of intent to sole source, with no other interested vendors identified to date.
    The U.S. Army Corps of Engineers is preparing a Justification and Approval for a sole-source contract with GAF Roof Membrane for the TPO roof membrane required for the renovation of Building 7087 (project YTPM 24-0015) at Westover Air Reserve Base, MA, to ensure compatibility with existing roofing systems and to maintain warranty. The decision is based on the necessity of using a specific brand to avoid voiding the warranty, and no alternatives were pursued as competition was deemed infeasible. The estimated contract value is referenced but not specified; the authority for this action is grounded in USC 3204(a)(1) and FAR 6.302-1, permitting procurement from only one responsible source.
    The Justification and Approval (J&A) seeks to install Trane chiller equipment for a construction project at Westover ARB, MA, citing the requirement for brand-name compatibility and existing system integration as reasons for excluding full competition. The government will not directly purchase the chillers but will mandate their inclusion in the contractor's solicitation, with the contract estimated to run from September 30, 2025, to September 30, 2027. Competition was deemed unfeasible, and efforts were made to justify the sole-source acquisition due to potential operational risks and the lack of alternative options.
    The document pertains to Solicitation Number W912QR26BA001 for the repair of Squadron Operations at Hangar 1, issued by the US Army Corps of Engineers, Louisville District. It includes a table of contacts for various construction-related companies, detailing names, titles, companies, phone numbers, and email addresses of key personnel. This information is essential for potential contractors interested in participating in the solicitation process.
    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 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,
    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.
    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 opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@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.
    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.