PSXE242001 Repair Interiors and Exteriors Basewide
ID: W50S98-24-B-0002Type: 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, specifically the Department of the Army, is soliciting bids for the PSXE242001 project, which involves repairing the interiors and exteriors at the McGhee Tyson Air National Guard Base in Louisville, Tennessee. The procurement is a Total Small Business Set-Aside, with a budget estimated between $500,000 and $1,000,000, aimed at enhancing various facilities and ensuring compliance with military standards. This project is critical for maintaining operational readiness and infrastructure integrity at the base, with key tasks including repairs to buildings, airfield spalls, and the installation of new systems. Interested contractors must submit their bids by September 12, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for a hydraulic test stand project at the Tennessee Air National Guard, specifically the 134th Air Refueling Wing, located at 240 West Bessemer St., Alcoa, TN. It highlights key construction guidelines, including the contractor's obligation to determine the exact locations of existing utilities and prevent damage during the project. Contractors are responsible for maintaining utility services and must repaint affected areas, replace damaged ceiling tiles, and ensure proper access to the base for construction activities. Access methods include contractor badging for longer durations, military escorts, and visitor passes. The document emphasizes coordination with civil engineering representatives for material staging and parking, and the necessity for contractors to protect existing infrastructure. Key contacts for the project are shared, including a contracting officer's technical representative and relevant departments, ensuring a structured approach to project execution. Overall, the document serves as a comprehensive guide for authorized construction work within a military installation, ensuring adherence to safety and operational protocols.
    The document outlines the floor plan and electrical specifications for a Hydraulic Test Stand project undertaken by the 134th Air Refueling Wing, identified as Project No. 24644. The engineering services are being provided by Engineering Services Group, Inc., based in Knoxville, Tennessee. The document is dated March 27, 2024, and is marked with reference number PSXE232004. This planned facility aims to support the operations of the Air Refueling Wing, indicating a focus on improving military readiness through enhanced testing capabilities. The involvement of a consulting engineering firm suggests a structured approach to ensure compliance with relevant engineering standards and regulations. Overall, the document signifies a project of potential importance to military capabilities and infrastructure efficiency.
    The document outlines a Request for Proposal (RFP) for the Hydraulic Test Stand project associated with the 134th Air Refueling Wing, designated as Project No. 24644. The engineering services are being provided by Engineering Services Group, Inc., based in Knoxville, Tennessee. The file references the design aspects of the project, including a floor plan that specifically addresses HVAC piping. The inclusion of this technical detail suggests a focus on ensuring that mechanical systems are properly integrated and efficient within the hydraulic test stand facility. Overall, this RFP emphasizes the need for expert consulting services to develop and implement necessary engineering solutions tailored to the requirements of the Air Refueling Wing's functions. This collaboration aims to enhance operational capability through effective design and engineering practices.
    The document outlines specifications for the installation and application of field molded sealants and graded-crushed aggregate base courses for rigid pavements, primarily focusing on joint sealing and base construction processes. It details required equipment for joint preparation, including routing tools, concrete saws, and sandblasting apparatus, stressing quality assurance through testing and certification submissions at various stages. The specifications further describe materials, such as sealants conforming to FS SS-S-200 Type H, necessary primers and backup materials, and the criteria for aggregates used in the base course, ensuring they meet stringent gradation and durability standards. Environmental conditions for application, meticulous preparation and installation processes for sealants, and compaction criteria for base courses are also covered. The intended purpose of this documentation is to ensure consistent quality and compliance with government standards in construction projects, integral to the bidding and contract proposals for federal and local infrastructure projects. Compliance with these regulations serves to maintain safety, longevity, and efficacy in pavement construction efforts, showcasing the government's commitment to maintaining structural integrity in transportation infrastructure.
    The document outlines the project for repairing the floor of Building 240 at the Tennessee Air National Guard's 134th Air Refueling Wing, scheduled to commence on April 5, 2024. It includes essential project details such as location, general notes for contractors, required safety protocols, and contact information for key personnel. Contractors are advised to locate utility lines prior to work and to maintain essential services. The construction plan necessitates coordination to minimize disruption to ongoing operations, with measures for dust and debris control. Estimated repair requirements include joint sealant replacement and a new epoxy floor coating. Access to the base for contractors requires ID badges or military escorts, with strict adherence to safety and construction protocols. The document emphasizes the importance of coordination with the Contact Officer’s Technical Representative and maintenance of clean operational spaces throughout the project phases. This project reflects the government’s commitment to maintaining infrastructure and ensuring operational efficiency within military facilities.
    The document outlines specifications for the Repair Bldg 240 Floor project (PSXE242017) by the Tennessee Air National Guard, emphasizing the requirements for construction work at McGhee Tyson Air National Guard Base. Key components include a clear summary of work responsibilities for contractors, stipulations regarding weather delays, and the coordination efforts necessary among various trades involved. Detailed sections address construction management, regulatory compliance, quality control, and maintaining indoor air quality. The document also specifies procedures for submitting progress reports, shop drawings, and material samples, while underscoring the importance of following industry codes and standards. The overall aim is to ensure the project is completed efficiently, safely, and in compliance with federal and state regulations, reflecting the commitment to effective resource management and quality outcome.
    The project proposal focuses on the repair and restoration of the CMU wall of Building 124 at the Tennessee Air National Guard's 134th Air Refueling Wing, scheduled for completion by March 29, 2024. The document outlines multiple masonry repairs, including addressing vertical and step cracks on both the interior and exterior walls, removal of loose materials, and installation of masonry epoxy that adheres to specific performance standards. Additional tasks involve removing and reinstalling non-critical building components, such as downspouts and light fixtures, to facilitate repairs without disrupting essential operations. Pain specifications included ensuring color and finish match existing surfaces. The coating system will utilize high-performance coatings that adhere to strict environmental guidelines and performance criteria. Key procedures emphasize surface preparation, application methods, and quality assurance testing to guarantee durability and compliance with industry standards. The objective is to ensure the structural integrity and aesthetic continuity of the facility while minimizing operational disruptions, thereby exemplifying the commitment to maintaining military facilities to a high standard of safety and resilience. This RFP ultimately seeks qualified contractors capable of executing detailed masonry repairs using specified materials and methods.
    The document outlines the bid opening for project W50S98-24-B-0002 scheduled for September 12, 2024. It includes contact details for key personnel from the 134th Mission Support Group and the 134th Civil Engineering Squadron, as well as representatives from bidding companies such as Wright Contracting Inc., Birmingham Indating ConEd, and Gaex Construction Group. Each entry provides names, email addresses, and phone numbers for communication, indicating a collaborative effort for the bid process. This document serves to facilitate communication among stakeholders involved in the federal Request for Proposals (RFP), ensuring a structured process as parties prepare to submit their bids for consideration. It exemplifies the formal nature of government-related construction and contracting activities, underscoring the importance of clear lines of communication and proper coordination in such initiatives.
    The document outlines specifications for the removal and replacement of the air park shield of the 134th Air Refueling Wing. Key tasks include the careful removal of the existing emblem and the installation of new concrete surfaces with specified finishing and paint systems. Contractors must ensure the cleanliness of surfaces, submit haul routes for approval, and adhere to strict guidelines for surface preparation, implying a curing period of a minimum of 28 days. The project stipulates requirements for the concrete mix, including a compressive strength of 3,000 PSI and specific conditions for additives based on weather conditions. Additionally, any concrete damaged before project completion must be replaced at no extra cost to the government. This document serves as a detailed guideline for contractors involved in the RFP, emphasizing quality standards and compliance with regulations.
    The document outlines a project for the replacement of rigid concrete slabs at the 134th Air Refueling Wing airfield. It specifies the necessary materials and techniques for constructing a graded-crushed aggregate base, a stabilized base course, and plain concrete pavement. The project details the reinforcement requirements for the pavement panels, including the use of deformed steel bars and smooth dowels, alongside instructions for the appropriate joint filler materials and sealants. Significant engineering specifications are included, such as saw cutting existing pavement for the installation of new slabs, ensuring a connection with the existing pavement, and implementing proper bonding and joint sealing methods. The document serves as a technical guideline for contractors to follow in order to execute the airfield slab replacement project effectively, maintaining safety and structural integrity in accordance with military standards. Overall, it focuses on the construction details necessary to ensure the ongoing functionality and safety of the airfield's pavement infrastructure.
    The Statement of Work (SOW) outlines requirements for contractor services at McGhee Tyson Air National Guard Base, focusing on repairs, upgrades, and new constructions to maintain Air Force compliance. The contractor is responsible for all personnel, tools, and materials, working during business hours and within specific performance standards. The contract spans 365 days post-award, requiring coordination with local Civil Engineering to minimize operational disruptions. Key tasks include repairing buildings, airfield spalls, and installing new systems while adhering to stringent quality control measures. Compliance with security policies, reporting requirements, and environmental practices is emphasized throughout the project. Utilizing government-furnished property and services is specified, with a clear delineation of contractor responsibilities for maintaining documentation, training, and safety protocols. Overall, the document serves as a comprehensive guideline for ensuring operational readiness and compliance within a military context through structured contractor engagement.
    The document details the abstract of offers for a construction project at McGhee Tyson Air Base, solicitation number W50S9824B0002, issued on August 12, 2024, and opened on September 12, 2024. Its main purpose is to record and summarize the bids received for various repair works, including interior and exterior repairs, as well as specific repairs to buildings on the base. Significant offers are provided, such as Birmingham Industrial Construction and Wright Contracting, Inc., with highlighted bid amounts for different tasks: for instance, repairing building interiors and exteriors has an estimated total of $646,138. The estimated quantities, unit prices, and total estimated amounts are recorded, allowing for a comprehensive overview of the financial aspects related to the project. The bid security and amendments acknowledged by each offeror are also noted, indicative of compliance status with the solicitation's requirements. The analysis highlights the structured nature of federal RFPs, ensuring all competitive offerings are clearly documented for transparency and accountability in public contracting.
    The government file outlines the details for the Repair Interiors and Exteriors Basewide project at the 134th Air Refueling Wing in Louisville, Tennessee, under solicitation number W50S98-24-B-0002. The project, with a budget between $500,000 and $1,000,000, is designated as a 100% Small Business Set Aside contract that aims to enhance various facilities on the base. The scope includes base bids for repairing specific buildings and airfield components, with additional options for further repairs. Key dates include a pre-bid conference held on August 30, 2024, and bid submissions due by September 12, 2024. Important requirements for bidders include a signed Standard Form 1442, a valid Bid Bond, acknowledgment of all amendments, and compliance with specific certifications. Bidders are advised to check for updates on the SAM.gov website and adhere to submission guidelines, including pertinent information for access to the installation. The document emphasizes the necessity of carefully following solicitation instructions to ensure bid compliance. Furthermore, it details consequences for delays and outlines relevant labor wage determinations. The pre-bid conference aims to address contractor inquiries prior to the bidding process, fostering clarity and transparency in the procurement process.
    The document outlines the specifications for a government Request for Proposal (RFP) related to repair work at an airfield, specifically addressing the replacement of concrete pads, the construction of a pedestrian sidewalk, and the installation of a new chiller system at Building 416. Key points include the requirement for detailed plans for the spall repairs, specifically the dimensions and locations of three concrete pads that must be entirely replaced rather than patched. Additionally, specifications emphasize the need for compliance with stringent testing requirements for the concrete. The sidewalk construction specifications mandate the installation of a 6-foot pathway with provisions for crosswalks and signage, and the contractor is advised to verify dimensions and site conditions. For the chiller repair, the installation of a new Trane system involves disposing of the existing refrigerant piping, which requires new routing per the installation specifications. The document underscores the need for contractors to conduct site visits for verification of dimensions and conditions prior to submitting bids. Overall, this RFP serves to ensure compliance with established standards while facilitating necessary infrastructure improvements in a compliant and systematic manner.
    The Tennessee Air National Guard's 134th Air Refueling Wing conducted a pre-proposal conference on August 30, 2024, for solicitation W50S98-24-B-0002, focusing on repairing the interiors and exteriors basewide. Key officials from the Civil Engineering and Mission Support Contracting Office reviewed the project’s scope, performance timeline, and bid specifications. The estimated project cost ranges from $500,000 to $1,000,000, with bid packages due by September 12, 2024, at 2 PM. The conference emphasized the necessity for complete bids adhering strictly to specifications. Contractors were instructed to submit questions through designated email channels to avoid direct contact with design engineers, ensuring all inquiries are documented on Sam.Gov. Site inspections were conducted post-conference, and participants were reminded to monitor the website for any amendments regularly. The meeting reinforced the importance of compliance with bidding guidelines and communication protocols in government contracting.
    The document outlines a site visit for the federal project identified as W50S98-24-B-0002, scheduled for August 30, 2024. It lists various representatives from the 134th Mission Support Group and numerous construction companies participating in the visit. Key members include TSgt Brian Morelock and SSgt Kristen Phipps, along with civilian contractors from firms such as Semper Tell Inc, ALPHA Group, and Estrola LLC. Contact information including emails and phone numbers for both military personnel and contractors is provided. The purpose of the site visit appears to be to assess contractor capabilities and discuss project requirements relevant to federal RFPs. This gathering facilitates collaboration between military organizers and potential contractors, ensuring alignment on project objectives and standards. The document serves as a logistical and communication tool for stakeholders involved in the federal contracting process.
    The document outlines the specifications for a Hydraulic Test Stand project (B190) at the Tennessee Air National Guard Base in Alcoa, TN. The work encompasses supplying all necessary materials, labor, and tools, ensuring completion ready for government use. Key sections emphasize quality control, weather delays, coordination among subcontractors, and project meetings to facilitate effective communication. A comprehensive submittal process is established, requiring timely reporting on progress, material approvals, and compliance with safety regulations. The contractor is accountable for verifying dimensions, adhering to regulatory codes, and achieving substantial completion. Notable is the focus on protecting indoor air quality during and after construction, testing protocols, and the necessity for temporary structures and controls throughout the project duration. Ultimately, this document illustrates a diligent approach to contracting within government projects, emphasizing safety, quality, and compliance with established standards.
    The document outlines a construction contract bid invitation for the project PSXE242001, focused on repairing the interiors and exteriors at the 134th Air Refueling Wing, McGhee Tyson ANG Base, TN. The project is exclusively reserved for small businesses, with a budget estimated between $500,000 and $1,000,000. Bidders must register for a pre-bid conference on August 30, 2024, and submit offers by September 12, 2024. Performance is expected within 365 days post-award. An offer guarantee is not required, but bids must meet strict qualifications, including completion of a detailed bid schedule and bond submission. The solicitation includes guidelines for joint ventures, representation, and certifications relevant to small business standards. Compliance with federal wage determinations and affirmative action requirements is mandated. By participating, contractors must ensure all conditions and clauses, as detailed in the provisions, are followed, maintaining the government’s standards for quality and safety throughout the project.
    The document is an amendment to solicitation PSXE242001 concerning construction work at McGhee Tyson Air Base, Tennessee. It updates provisions affecting bids for a project involving repair of interiors and exteriors of existing structures. Key changes include stipulations against electronic bids, an addition of a size code of $45,000,000, and the incorporation of contract type and equal opportunity provisions. The solicitation is set 100% for small businesses, with a pre-bid conference scheduled for August 30, 2024. Contractors must register for the conference due to security measures, and various instructions outline the submission of bids, questions, and the bid opening process. The amendment emphasizes compliance with affirmative action requirements and includes wage determination information. Ultimately, it seeks to ensure fair competition and compliance with federal regulations while facilitating construction at the military base.
    Lifecycle
    Similar Opportunities
    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.
    PSXE222005 Repair Bldg 90100 for Blue Horizons
    Active
    Dept Of Defense
    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.
    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.
    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.
    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 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.
    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.
    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.