TINKER AFB MAC BOA WWYK240149 RENOVATE NE AREA OF SOUTH PROJECT, B3
ID: FA813725R0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8137 AFSC PZIOCTINKER AFB, OK, 73145-9125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Defense, through the Air Force, is soliciting proposals for the renovation of the northeast area of Building 3 at Tinker Air Force Base in Oklahoma, designated as project WWYK240149. The project entails extensive upgrades, including the replacement of HVAC systems, reconfiguration of lighting and electrical systems, installation of fire protection measures, and modifications to accommodate new office layouts and systems furniture. This renovation is crucial for enhancing the functionality and safety of the facilities, aligning with federal construction standards and regulations. Proposals are due by May 12, 2025, and interested contractors must be holders of the MAC BOA for Tinker AFB; inquiries can be directed to Eric Owens at eric.owens.8@us.af.mil or Stephen Palmer at stephen.palmer@us.af.mil.

    Files
    Title
    Posted
    The Tinker Air Force Base (TAFB) General Requirements document outlines the essential construction guidelines for contractors operating on the base. It references various industry standards, safety codes, and operational procedures, such as the National Fire Protection Association (NFPA) standards related to construction safety and fire prevention. Key points include security protocols for contractors, work scheduling in line with base operations, utility management, and processes for submitting requests related to outages and site closures. Contractors must follow strict procedures, including obtaining identification badges, providing advance notices for work commencement, and adhering to specified work hours, including federal holidays. Additionally, contractors are responsible for maintaining site cleanliness, managing As-built drawings, and ensuring compliance with utility protections during excavation. The document emphasizes that procedures must focus on safety and coordination to prevent disruption to base operations and aims to ensure a high standard of work quality and safety throughout the construction process. These requirements are vital for compliance with federal regulations and for successful project outcomes on Tinker AFB.
    The Tinker Air Force Base (TAFB) document outlines the General Safety Requirements for construction activities at the base. It references various key publications, including safety regulations from the U.S. Air Force, Army Corps of Engineers, and Occupational Safety and Health Administration (OSHA). The document mandates that contractors submit a comprehensive Health and Safety Plan, ensuring that construction activities do not expose workers or military personnel to health hazards. Critical aspects include emergency evacuation procedures, mishap reporting protocols, confined space entry regulations, and FOD (Foreign Object Debris) prevention training. Contractors must adhere to specific airfield safety protocols, securing necessary waivers before commencing work, and ensuring vehicle and equipment compliance with operational safety standards. The document highlights a push towards achieving OSHA Voluntary Protection Program (VPP) certification, emphasizing a commitment to workplace safety. Overall, this file serves as a critical guideline for contractors, reinforcing responsibility for safety, compliance with federal regulations, and cooperation with base authorities in all construction-related activities at TAFB.
    The Tinker Air Force Base's Environmental Requirements for Construction outlines essential environmental protections to be observed during any construction activity at the Base. This document emphasizes compliance with relevant federal, state, and local environmental regulations to prevent pollution impacting land, water, and air resources. Key sections address the protection of land resources, including tree preservation and erosion control, alongside water resources which focus on storm water quality management and waste disposal. The guidelines prohibit the discharge of hazardous materials into waterways and mandate a Storm Water Pollution Prevention Plan for larger projects. The document incorporates requirements for hazardous material reporting, the management of refrigerants and asbestos, and protocols for addressing any potential archaeological finds during construction. The responsibilities of the contractor include ensuring training on environmental policies and taking measures for pollution control in air quality and waste management. Additionally, it highlights the necessity for green procurement practices and the use of environmentally preferable products. Overall, the aim is to minimize environmental impact and ensure compliance with health and safety standards throughout construction activities at Tinker AFB.
    This document outlines special provisions for contractors working at Tinker Air Force Base (TAFB). It establishes essential guidelines, including necessary references and requirements regarding dewatering excavated areas to prevent damage from rainwater, utilization of designated haul routes, and coordination with the Contracting Officer for all airfield operations. Key regulations dictate that all construction activities must not impede runway, taxiway, or apron access unless authorized. Contractors must ensure the safety of vehicle operations in high-traffic areas, maintaining effective communication with Tinker Ground Control. Furthermore, adequate traffic control measures must be in place, following U.S. Department of Transportation standards, while waste materials removed are the contractor's responsibility for disposal. A provision allows for a winter recess from December 1 to March 1, with a no-cost modification to the contract. Overall, these provisions aim to ensure safety, minimize disruption during construction, and comply with military operational standards at Tinker AFB.
    The document outlines special provisions for contractors working on or near the active airfield at Tinker AFB. It emphasizes the necessity for meticulous planning and coordination for runway and taxiway closures, requiring written requests 45 days in advance, detailing the nature and duration of the work. It mandates proper safety measures, including the provision of hearing protection for personnel and strict maintenance of a clean worksite to prevent Foreign Object Damage (FOD) to aircraft. Access restrictions are defined, necessitating clearance from the control tower for contractor vehicles, which must display specific safety lights. Temporary structures or equipment exceeding designated heights require prior approval. The contractor is responsible for ensuring a designated evacuation area and must act promptly in emergencies. Regular inspections and cleaning of the airfield areas are enforced to safeguard operational safety. This document serves as a critical guideline for ensuring safety, compliance, and operational integrity during construction activities at Tinker AFB, reflecting the stringent protocols applicable in military and government settings.
    The document outlines the general requirements and regulations for construction activities at Tinker Air Force Base (AFB), effective January 2022. It is organized into several sections, starting with procurement and contracting requirements, which include safety and environmental considerations specific to Tinker AFB. Additionally, special provisions detail protocols for work on or near the airfield, emphasizing adherence to safety and operational standards critical to military installations. Key sections include guidelines for small project schedules, submittal procedures, quality control, contractor facilities, and closeout submittals, all designed to ensure compliance and effectiveness during construction efforts. This thorough framework aims to safeguard both personnel and infrastructure by establishing clear expectations for contractors engaging in federally funded projects at the base. Overall, this document serves as a vital resource for contractors and stakeholders involved with RFPs and grants at Tinker AFB, promoting safety, environmental stewardship, and operational efficiency throughout construction projects. Understanding these requirements is essential for successful project execution while aligning with federal and local regulations.
    The document appears to list various elements pertaining to federal and state/local Requests for Proposals (RFPs) and grants. It features a coded format with alphanumeric sequences that likely categorize different RFPs or grant programs, though specific topics and details are not explicitly stated. This format may correlate to various projects or funding opportunities within the federal and state government frameworks. The existence of numerals, letters, and slashes suggests a systematic organization, possibly for internal tracking or cataloging purposes, indicating a complex structure that conveys information in a concise manner. However, without further context or elaboration, the primary subjects or areas of focus remain unclear. This file likely serves as a resource for stakeholders looking to identify and engage with various government-funded projects.
    The document outlines the requirements for small project construction progress schedules at Tinker Air Force Base. It details the submission process for baseline construction and design schedules, specifying that these must be approved by the government before any demolition or construction begins. The Contractor is responsible for maintaining a Network Analysis Schedule (NAS) or Bar Chart Schedule using Microsoft Project and adhering to critical path method (CPM) principles. The schedule must include various project activities, ensure no open-ended tasks, and identify critical milestones such as "Contract Award" and "Contract Completion." Additional requirements include monthly updates of the schedule, tracking narrative reports, and preparation of a 3-week look-ahead schedule to detail upcoming work. The document also explains how to handle delays and necessary time impact analyses (TIAs) for contract modifications, emphasizing the classification of delays (force majeure, contractor delays, government delays), and their implications on contract time. Overall, this document serves to ensure that construction activities at Tinker AFB are planned, monitored, and executed effectively, while complying with federal contracting regulations.
    The document outlines the submittal procedures for contractors engaged in projects at Tinker Air Force Base. It details the requirements for submitting various types of materials and documentation, ensuring compliance with contract specifications. Each submittal must include thorough descriptions and supporting materials, such as drawings, product data, and test reports, which must be reviewed and approved by designated authorities, including the Contracting Officer and the Designer of Record. Different categories of submittals are defined (e.g., preconstruction, shop drawings, product data), each with specific formatting and submission guidelines. The document emphasizes the importance of timely submissions to avoid delays in the project schedule and mandates maintaining a submittal register to manage and track all entries. Additionally, it discusses how variations from contract requirements must be documented and approved. Overall, this procedure ensures that contractors adhere strictly to project requirements, facilitating efficient project management and compliance with government standards.
    The Tinker AFB General Requirements document outlines comprehensive design process guidelines post-award for construction projects. It emphasizes a collaborative, integrated approach focused on sustainability through energy and material efficiency, along with waste management. The document sets forth standards referencing multiple organizations, including ISO, NFPA, and DOD, ensuring compliance and quality throughout project phases. Key roles like the Designer of Record are defined, alongside expectations for government interactions, including meetings and submittal protocols. The design submission is structured in phases, requiring documentation at various intervals—interim, final, and complete designs—each necessitating quality control checks and adherence to specific formats and standards. Advanced Modeling techniques are highlighted, stressing the necessity for electronic submissions to be virus-free and compliant with established CAD and GIS standards. Overall, the document serves to ensure that projects executed meet stringent federal requirements while fostering high-quality design and construction practices.
    The document pertains to Tinker Air Force Base's general requirements regarding references for construction-related works. It outlines the necessary references to various standards and publications required for the project, detailing the standards organizations and how to obtain their documents. Key organizations listed include the International Organization for Standardization (ISO), National Fire Protection Association (NFPA), and U.S. Army Corps of Engineers (USACE), among others. Contact information, including addresses, phone numbers, emails, and websites, are provided for each organization to facilitate access to their respective publications. The document emphasizes adherence to established standards for ensuring quality and safety in construction endeavors, aligning with regulatory frameworks applicable to federal government RFPs and grants. This structured approach aids in maintaining compliance and thorough documentation throughout the project lifecycle.
    The document outlines the Quality Control (QC) requirements for construction projects at Tinker Air Force Base. It specifies the establishment and maintenance of a comprehensive QC system that aligns with federal standards, particularly FAR 52.246-12 on construction inspection. The key components include submitting a QC Plan for government approval, defining roles and responsibilities within the QC organization, and documenting various phases of quality control, including Preparatory, Initial, and Follow-up phases. The QC Manager plays a pivotal role, managing all QC activities and ensuring compliance with contract specifications. Additional focus is given to the Design Quality Control Plan that mandates an independent review of design documents to uphold engineering standards. Coordination meetings with the contracting officer are essential for clarifying QC processes and addressing concerns. The document emphasizes rigorous documentation, including daily reports, testing logs, and punch lists, essential for effective oversight and compliance. Moreover, it stipulates that all personnel involved in QC must have relevant experience, with more stringent requirements for specialized roles. This comprehensive approach ensures the integrity and quality of construction at the site, reflecting government expectations for compliance and safety protocols.
    The document outlines the general requirements for contractor facilities at Tinker Air Force Base (TAFB), specifically focusing on the management of staging areas for materials and equipment during construction. Contractors are required to limit storage to designated areas, maintain cleanliness, provide necessary utilities at their own expense, and ensure site security. A process for requesting additional staging areas is established, necessitating a written application to the Contracting Officer 21 days prior to mobilization. Safety protocols demand compliance with various regulations, including providing first aid kits and fire extinguishers. The contractor is responsible for restoring the staging area post-contract to its original condition. The document serves to ensure organized, safe, and compliant construction operations in federal projects, highlighting responsibilities and operational standards vital for contractors engaging with the government. Overall, it emphasizes the importance of safety, security, and proper site management in military construction environments.
    The document outlines the closeout submittal requirements for contracts at Tinker Air Force Base, focusing on the preparation and submission of working as-built drawings, record drawings, and necessary documentation. It includes references to U.S. Army Corps of Engineers standards and the Department of Defense's criteria for property transfer. Key components comprise the maintenance of accurate as-built documentation throughout construction, the submission of electronic CAD files compliant with specific standards, and warranties covering various construction aspects. The process necessitates government approval for specific submittals related to operation and maintenance manuals, warranty letters, and compliance certifications with EPA and USDA designations. The contractor is responsible for adjusting documentation based on actual site conditions, reporting changes clearly in a designated format, and ensuring all submittals comply with quality control measures. Additionally, the document outlines procedures for final inspections, cleanup requirements, and property accounting using a specified DD Form 1354. This systematic approach aims to ensure effective project closeout and compliance with federal regulations while facilitating future maintenance efforts.
    The document outlines the operational and maintenance requirements for systems at Tinker Air Force Base, focusing on the submission and organization of Operation and Maintenance (O&M) data packages. It specifies that certain submissions must receive government approval, detailing various types of data required, such as training plans, operational instructions, preventive maintenance schedules, and troubleshooting guides. Each O&M data package is categorized to facilitate compliance, with specific instructions for content organization, including legible presentation and adherence to manufacturer standards. The sections emphasize the importance of clear operating instructions, maintenance protocols, and comprehensive training for maintenance personnel, including validation of training completion. The structured requirements ensure system reliability, enhance safety, and guarantee long-term operational effectiveness in line with federal regulations. Overall, the document serves to standardize maintenance practices and training at the facility, supporting consistent operation across multiple systems and equipment.
    The Tinker Air Force Base Facility Standard outlines the minimum requirements for construction quality, life safety features, and infrastructure projects at TAFB. Issued in August 2020, the document is maintained by the 72nd Air Base Wing's Base Civil Engineer (BCE) office and applies to various project types including Military Construction Projects (MCP), service contracts, and self-help projects. Key sections include project procedures, civil engineering records, design criteria, cost estimating, and construction documentation formats. The standard emphasizes compliance with federal regulations and codes, which encompass safety, accessibility, and environmental considerations. Facility projects must incorporate various design standards, including the National Fire Protection Association (NFPA) codes and the Occupational Safety and Health Administration (OSHA) regulations. The document also addresses utility systems, environmental compliance, and preservation of historical resources. Overall, the Facility Standard serves as a comprehensive guide for contractors and designers to ensure safety, functionality, and environmental protection during the design and construction processes at Tinker AFB, reinforcing the base’s commitment to quality and adherence to government regulations.
    The "Base Mechanical Standard" document issued for Tinker Air Force Base (TAFB) outlines stringent requirements and standards for energy conservation, fire protection, plumbing systems, and HVAC/R systems as part of facility upgrades and renovation projects. The primary focus is on ensuring compliance with applicable United Facilities Criteria (UFC), Air Force Instructions (AFI), and energy efficiency standards to minimize fossil fuel usage. Key areas covered include: 1. **Energy Conservation:** Mandates for energy-efficient designs in mechanical systems, energy usage metering, and lifecycle cost analyses to promote sustainability. 2. **Fire Protection Engineering:** Requirements for professional design by qualified engineers, compliance with fire safety standards, and addressing any existing safety deficiencies. 3. **Plumbing Systems:** Protocols for designing plumbing infrastructure meeting various codes and ensuring accessibility, safety, and maintenance ease. 4. **HVAC/R Systems:** Directives for system design ensuring occupant safety, mechanical system operation, performance testing, and efficient operation. The document serves to standardize facility practices at TAFB, ensuring safety, compliance with regulations, and integration of modern technologies in facility management while promoting energy and operational efficiencies.
    The document outlines a construction project at Tinker Air Force Base, focusing on repairs to the roof of a facility as managed by the Air Force Materiel Command. The project entails removing existing roofing materials, including built-up roofing (BUR) systems, and replacing them with a new EPDM roofing system, gutters, and metal wall panels. It emphasizes the contractor’s responsibility to ensure safety during construction and the need to coordinate renovations with existing conditions, including addressing potential wood rot. Detailed structural specifications are provided, including load calculations for roofing and material grades. The contractor is instructed to verify all dimensions and existing conditions and correctly handle any hazardous materials if encountered. The project spans various stages of demolition and replacement, centered on improving the building’s structural integrity and compliance with applicable building codes. This document serves to guide contractors through the RFP process by detailing expectations for the repairs while ensuring safety, compliance, and quality in construction practices. Overall, it reflects the government's commitment to maintaining military readiness through facility upgrades.
    The Tinker Air Force Base (AFB) Fire Protection Standard, issued in March 2023, outlines the fire protection and life safety requirements for facility planning, design, construction, and commissioning specific to Tinker AFB, Oklahoma. This document establishes minimum standards adhering to the Unified Facilities Criteria (UFC) and includes details on fire-rated walls, firestopping qualifications, inspection protocols, and approved materials. It mandates pre-contractual meetings involving project stakeholders to ensure fire safety integration. Key features include contractor qualifications for firestopping, sprinkler, fire alarm, and special hazards systems, specifying NICET certifications and documentation for compliance. It also sets standards for fire hydrants, fire lanes, automated sprinkler systems, alarm notifications, and emergency messaging protocols geared toward various scenarios including fire emergencies and carbon monoxide detection. The intent of this standard is to ensure all fire protection measures conform to safety regulations while facilitating efficient emergency response capabilities. It serves as a guideline for contractors and engineers involved in projects at Tinker AFB, aligning operational efficiency and safety through detailed documentation and rigorous compliance checks.
    The TAFB Electrical Standards document outlines the requirements for all electrical work performed at Tinker Air Force Base, Oklahoma, as of 2024. It mandates adherence to the latest editions of various electrical codes, standards, and Unified Facility Criteria (UFC). The document emphasizes design adherence to specifications, including the use of existing as-built drawings for reference and verification of conditions on-site. Key considerations in electrical design include load capacity, energy analysis, and future load growth. Installation standards call for certified professionals to ensure reliability and quality standards. The document also specifies detailed requirements for circuit identification, color coding, and installation methods for electrical equipment, highlighting safety measures such as arc flash analysis and proper labeling of equipment. Additionally, provisions for exterior and interior electrical systems are defined, including underground distribution methods, metering standards, and environmental considerations for emergency generators. This comprehensive framework aims to enhance operational efficiency and safety at Tinker AFB while ensuring compliance with federal and military regulations, thus guiding contractors and engineers in managing electrical projects on the base.
    The document outlines a construction project at Tinker Air Force Base, focusing on the renovation of the northeast area of the South Project (WWYK240149). The primary objective is to renovate existing structures while adhering to safety and quality standards, including managing asbestos and ensuring compliance with fire safety measures. Contractors are required to follow a comprehensive set of specifications, including responsibilities for site protection, repair of any damages caused during construction, and ensuring all labor and materials meet specified standards. The document includes a project drawing index, general notes on architectural demolition, and renovation plans, emphasizing verified field conditions. Fire protection and life safety concerns are central, dictating alterations to existing safety systems. Overall, this comprehensive renovation project enhances the functionality and safety of facilities at Tinker AFB while aligning with government contractual and regulatory requirements.
    The document pertains to Request for Information (RFI) WWYK240149 regarding Solicitation FA8137-25-R-0016, which outlines a renovation project. The project is confirmed to be non-tax exempt, and the duration for the design phase is anticipated to be 120 days, with the possibility of fast-tracking to a 65% design package, reducing this phase to 90 days. The existing renovation project by Koman is expected to conclude by July 18, 2025, with the new contract commencing afterward. Contractors are responsible for warranties on modified systems, lasting one year from project completion. Key queries addressed include responsibilities for existing systems, design requirements, and timelines for related construction activities. The revised solicitation due date is now set for May 12, 2025, to accommodate the complexities of the project. Overall, the document illustrates the government's commitment to ensuring clarity and structured planning in the renovation efforts while addressing contractor concerns.
    The Statement of Work (SOW) outlines the renovation project for the NE area of Building 3 at Tinker Air Force Base, focusing on the replacement of HVAC systems, lighting fixtures, and other infrastructural elements. The contractor is responsible for all design, materials, labor, and quality control associated with the project. Key personnel requirements include a Project Manager with extensive experience, a qualified Design Project Manager, and a Quality Control Manager. The contractor must ensure all employees possess valid certifications and adhere to safety protocols as mandated by federal regulations. The project entails substantial architectural demolition and construction, especially in conference rooms and workspaces, to integrate new systems furniture and comply with safety standards. Quality assurance processes, including regular inspections and reporting, are critical to ensuring adherence to project specifications. The document emphasizes a collaborative approach with timely communication between contractors and government representatives. Furthermore, environmental management must address potential hazardous materials, necessitating thorough assessments before construction begins. This SOW demonstrates the government's effort to maintain efficient operational standards while modernizing facilities in line with contemporary requirements.
    The document is a Submittal Register for a construction project titled "Renovate NE Area of South Project". It outlines required preconstruction and closeout submissions to ensure compliance with federal and state regulations. Each entry includes specifications such as submittal descriptions, classification (GOVT or A/E), submission deadlines, and documentation requirements. Key aspects covered include health and safety plans, environmental management procedures, quality control measures, and detailed schedules for various stages of the construction process. Specific emphasis is placed on meeting regulatory criteria, such as permits for hazardous materials, safety documents, and post-construction evaluations including as-built drawings. The register facilitates organization and timely submission of essential documents to project authorities, reinforcing accountability and compliance throughout the construction lifecycle. This systematic approach is vital for safeguarding public health and safety while ensuring adherence to government standards in federal grants and RFPs.
    The document is a Submittal Register for a construction project titled "Renovate NE Area of South Project". It outlines required preconstruction and closeout submissions to ensure compliance with federal and state regulations. Each entry includes specifications such as submittal descriptions, classification (GOVT or A/E), submission deadlines, and documentation requirements. Key aspects covered include health and safety plans, environmental management procedures, quality control measures, and detailed schedules for various stages of the construction process. Specific emphasis is placed on meeting regulatory criteria, such as permits for hazardous materials, safety documents, and post-construction evaluations including as-built drawings. The register facilitates organization and timely submission of essential documents to project authorities, reinforcing accountability and compliance throughout the construction lifecycle. This systematic approach is vital for safeguarding public health and safety while ensuring adherence to government standards in federal grants and RFPs.
    The Recovered Materials Determination Form (RMDF) is a crucial document used by federal entities to ensure compliance with environmental standards during procurement actions. Its primary purpose is to identify products classified under the Comprehensive Procurement Guidelines (CPG), assess energy efficiency, and document any exemptions related to these products. The RMDF is applicable to all procurement actions excluding GPC purchases and must be filled out for any items that fall under CPG, biobased, Energy Star®, or FEMP Low Standby Power categories. Contractors and personnel must complete the RMDF when procuring mandatory environmentally preferable purchasing items. If not applicable, a Green Procurement Statement must be submitted instead. The completed RMDF, along with any amendments, should be kept in the purchasing or contracting file for compliance checks. Additionally, the form requires a signer knowledgeable about the products being purchased. The document outlines specific categories of recovered materials and biobased items being procured, ranging from construction materials to office products, emphasizing the importance of sustainability in government procurement processes. Ultimately, this form serves to facilitate environmentally responsible purchasing by documenting the consideration of recovered materials in federal contracts, ensuring adherence to government regulations and promoting green procurement practices.
    The document outlines a comprehensive design narrative for the renovation of the northeast area of Building B3 at Tinker Air Force Base in Oklahoma, designated as project number WWYK240149. The plan involves extensive architectural, mechanical, electrical, and fire protection upgrades to adapt the existing office environment for a new furniture layout. Key aspects include adherence to applicable codes and standards, such as the International Building Code and National Fire Protection Association regulations, ensuring life safety and compliance during construction. The renovation will modify existing HVAC systems, reconfigure office layouts with new construction and finishes, and enhance fire protection features, including sprinkler and alarm systems. The document details specific areas requiring work, addresses mechanical load calculations, and emphasizes air quality maintenance in line with established guidelines. The project proposal reflects the government's commitment to modernization, enhanced functionality, and safety within military facilities, aligning with federal compliance for construction projects.
    This government solicitation outlines a request for proposals for the renovation of the northeast area of Building 3 at Tinker Air Force Base, Oklahoma. The project involves extensive work, including HVAC repairs, lighting and electrical reconfigurations, installation of fire alarm systems, flooring updates, and construction of walls and doors tailored to accommodate new systems furniture. The estimated budget for this endeavor ranges between $250,000 and $500,000, though funding is currently unavailable, which means that awards will be contingent upon future financial allocations. Bids are to be submitted by April 21, 2025, with specific instructions regarding performance and payment bonds, documentation requirements, and an emphasis on compliance with federal regulations, including the Buy American Act. This project requires adherence to extensive safety and inspection standards, ensuring quality control throughout the renovation process. The overall goal is to modernize the facilities while aligning with the federal contracting guidelines for construction and maintaining the commitment to using domestic materials wherever applicable.
    The Unified Master Reference List (UMRL) serves as a comprehensive compilation of publications referenced in the Unified Facilities Guide Specifications (UFGS) utilized by the U.S. Army Corps of Engineers, U.S. Navy Naval Facilities Engineering Systems Command, and U.S. Air Force Civil Engineer Center. It categorizes documents by organization name to avoid confusion caused by acronyms. Each organization with joint publications is listed under its respective proponent organization, which simplifies document referencing and ordering. The UMRL includes essential specifications related to various industries, such as acoustics, construction, HVAC, and structural engineering, among others. A significant feature is the automatic editing capability of the guide specification section UFGS-01 42 00, which integrates the listed references based on the project specifications through the SpecsIntact system. Updated periodically, the UMRL is accessible in an electronic format, supporting federal RFPs, grants, and local RFPs by providing a standardized resource for contractors and engineers engaged in projects requiring adherence to specified guidelines and standards. This document emphasizes uniformity and adherence to established practices, essential for efficient collaboration in government-funded projects.
    Lifecycle
    Similar Opportunities
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) program for construction, repair, and maintenance services at Tinker Air Force Base in Oklahoma. This program aims to provide a broad range of construction services, including Design-Build and Construction Only projects, with a focus on small business participation for projects valued under $25 million, while larger projects will be open to full competition. The BOA will be valid for up to five years, and interested contractors must submit proposals in response to the annual BOA Invitation to qualify for future Order Proposal Requests (OPRs). For further inquiries, contractors can contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil, with a proposal submission deadline of January 15, 2026, and a Pre-BOA Invitation Conference to be announced.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Small Composite Cleanroom Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the modification of a Small Composite Cleanroom at Tinker Air Force Base in Oklahoma. The project involves furnishing and installing an Environmental Control Air Handling Unit, along with various associated systems such as overhead ducted systems, vacuum ports, and a drainless eye wash station, all designed to enhance the cleanroom's operational capabilities. This procurement is critical for maintaining the integrity of sensitive operations within the cleanroom environment. Interested contractors must be registered in the System for Award Management (SAM) and comply with NIST SP 800-171 DoD Assessment requirements. The contract will be a firm-fixed price, with a total small business set-aside, and further details can be obtained by contacting Tran Tran at Tran.Tran.1@us.af.mil.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project, identified as FP1023093, involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil by January 5, 2026, at 10:00 AM, with quotes valid for 60 days. Interested vendors must also ensure their registration with the System of Award Management (SAM) is current and complete necessary vendor paperwork prior to award.
    Repair CTI Systems Teleplatforms
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of twelve CTI Systems Teleplatforms at Tinker Air Force Base in Oklahoma. This sole-source requirement necessitates troubleshooting and repair services, with contractors expected to provide all necessary labor, tools, equipment, and materials while adhering to manufacturer specifications and safety protocols. The teleplatforms are critical for depainting and painting processes, and the original equipment manufacturer, CTI Systems, has proprietary access to the control system, making this a specialized procurement. Proposals are due by December 15, 2025, and interested parties should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil for further details.
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Facility Maintenance Contract IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.