Dome Maintenance Minot AFB
ID: FA452825QFH02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4528 5 CONSMINOT AFB, ND, 58705, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for preventative maintenance and repair services for the Air-Supported Dome at Minot Air Force Base in North Dakota. The procurement requires contractors to provide all necessary personnel, equipment, tools, materials, transportation, and supervision to ensure the operational integrity of critical systems, including inflation, generators, HVAC, and lighting. This opportunity is set aside for small businesses, with a total contract period from January 31, 2026, to January 30, 2032, and quotes are due by January 5, 2026, at 1:30 PM CDT. Interested parties should contact SrA Francesco Haydo at francesco.haydo@us.af.mil or Ted Arneson at theodore.arneson@us.af.mil for further details.

    Files
    Title
    Posted
    The Department of the Air Force, 5th Contracting Squadron at Minot AFB, ND, has issued a Request for Quotation (RFQ) FA4528-25-Q-FH02 for Dome Equipment Maintenance. This 100% Small Business Concerns set-aside acquisition has a NAICS code of 811310 ($12.5 million size standard). The period of performance is from January 31, 2026, to January 30, 2032. A site visit is scheduled for December 22, 2025, and questions are due by December 29, 2025. Quotes, which must be valid through February 1, 2026, are due by January 5, 2026, at 1:30 PM CDT. The Government intends to award a Firm-Fixed-Price contract based on a best-value subjective tradeoff, evaluating Price, Technical (Quality Control Plan, Management/Manpower Plan), and Past Performance. Offerors must be registered in SAM and submit two copies of their quote, one redacted. Various FAR and DFARS clauses apply, with specific payment instructions for WAWF.
    The Generac TX Automatic Transfer Switch Owner's Manual provides comprehensive instructions for the installation, operation, and maintenance of the TX Automatic Transfer Switch. This device is crucial for transferring electrical load between utility and emergency power sources. The manual emphasizes strict adherence to safety rules, electrical codes, and proper handling during installation to prevent hazards and equipment damage. Key operational aspects include functional tests, manual operation procedures, voltage checks, and detailed descriptions of the controller's functions, such as LED indicators and various test modes. The document also outlines the sequence of operation for power loss and restoration, programming parameters, and communication protocols like Modbus. It highlights important safety information, including warnings about electrocution and equipment malfunction, and specifies the roles of qualified personnel for installation and servicing.
    The Johnson Controls YLUA Air-Cooled Scroll Condensing Units (80-160 tons, 281-522 kW) are designed for commercial air conditioning applications, utilizing R-410A and R-454B refrigerants. This document outlines installation, operation, and maintenance, emphasizing safety with detailed warnings for heavy objects, refrigerants, high/low voltage, and rotating components. It also highlights adherence to industry and government standards like ASHRAE/ANSI 15 and NFPA 70. Key features include hermetic scroll compressors, efficient condenser coils and fans, and a microcomputer control center for comprehensive system management. The units offer various power, control, and condenser options, including low/high ambient kits, BAS integration, and sound attenuation. Johnson Controls provides a warranty contingent on professional installation, genuine parts, and scheduled maintenance, with a focus on continuous product improvement and safety.
    The AF FORM 487, titled "GENERATOR OPERATING LOG (Inspection Checklist)", is a comprehensive document outlining the procedures and requirements for inspecting and maintaining generator sets. This form serves as an inspection checklist, requiring detailed annotation of optimal readings, discrepancies, and corrective actions for various generator components. The document is structured into 19 sections covering general information, alternator and engine details, transfer switch data, general site and generator set conditions, and specific system checks for cooling, fuel, lubrication, battery, and charging systems. It also includes sections for maintenance actions, inspection types (semi-monthly, monthly, quarterly, semi-annual, annual), site documentation, unit start attempts, and continuation readings. Instructions for completing each section are provided, ensuring thorough and consistent record-keeping. The form emphasizes documenting operating parameters, identifying issues, and outlining corrective measures, reflecting a systematic approach to generator maintenance and compliance, particularly within a government or military context like Minot Air Force Base.
    The Performance Work Statement outlines the requirements for non-personal services for preventative maintenance and repair of electrical and mechanical equipment at the Minot Air Force Base Air-Supported Dome. The 5th Force Support Squadron requires recurring inspection, preventative maintenance, and repair services for critical systems, including inflation, generator, automatic transfer switch, doors, HVAC, and lighting, to ensure operational integrity and warranty compliance. The contractor is responsible for providing all personnel, equipment, tools, materials, transportation, and supervision. Key elements include quarterly preventative maintenance, a detailed maintenance plan, and procedures for out-of-cycle repairs and emergency calls. The document also specifies general requirements, security protocols, environmental compliance, quality assurance, and administrative records management.
    This government file, titled "Quote Sheet-FA452825QTA09," is a request for quotes (RFQ) outlining requirements for preventative maintenance, repairs, and out-of-cycle maintenance services. The document details various contract line item numbers (CLINs) for different service periods, including monthly preventative maintenance, lot-based repairs, and separately priced maintenance visits. Each CLIN is structured to include a quantity, unit, and amount for services. The quote sheet indicates a recurring need for these services across multiple periods, with some services invoiced under CLIN 2. The inclusion of FAR 52.217-8 suggests the potential for option periods, extending the service duration. The document requires companies to submit their name and a total price for the services, indicating its purpose as a solicitation for bids for maintenance services.
    The document FA4528-25-Q-TA09, titled "FINANCIAL INSTITUTION REFERENCE SHEET," is an attachment for a government solicitation, likely an RFP. It requires contractors to provide a reference sheet for each financial institution where they hold a business account. This sheet is used to determine contractor responsibility during the evaluation phase. Contractors must fill out their company's name, point of contact details, and the financial institution's name, POC, title, phone, fax, and account number. They must also grant permission for the 5th Contracting Squadron, Minot AFB, North Dakota, to obtain account information. If a firm is selected as a potential awardee, the form will be sent to their bank for completion. The financial institution is then required to provide information regarding average monthly balances in checking and savings, current loan and line of credit amounts, any late payments or NSFs, duration of the relationship, and credit rating, given as ranges. This ensures transparency and financial stability for government contracts.
    The FA4528-25-Q-TA09 attachment is a Past Performance Information Form issued by the 5th Contracting Squadron, Minot AFB, North Dakota. Its purpose is to gather information for evaluating contractors bidding on recurring Preventative Maintenance and Repair Services for the Minot AFB Dome. The form requests details about a contractor's past and present performance to assess their ability to perform on the proposed effort. Respondents, typically agencies with first-hand experience with the contractor, are asked to complete the form, provide comments, and rate the contractor's performance. The form also inquires about the contractor's ability to manage personnel, whether they would be awarded another contract, any past contract issues like cure notices or terminations, and if the contract is rated in CPARS. Completed forms, marked Source Selection Sensitive, must be returned to 5 CONS/PKAS by the quote due date; submissions directly from the evaluated contractor will be rejected. The information collected is confidential and evaluator names will not be disclosed to the contractor.
    This government file is a Register of Wage Determinations under the Service Contract Act, specifically Wage Determination No. 2015-6025, Revision No. 2, for North Dakota counties of McHenry, Renville, and Ward, with a last revision date of 07/08/2025. It outlines minimum wage rates for various occupations, fringe benefits, and other requirements for federal contractors. Key details include updated minimum wage rates for 2025 under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract award dates. The document lists numerous occupational categories with corresponding hourly rates, such as Administrative Support, Automotive Service, Health, and Information Technology. It also details required fringe benefits, including Health & Welfare (with separate rates for EO 13706-covered contracts), vacation, and eleven paid holidays. Additional provisions cover night and Sunday pay for weather observers, hazardous pay differentials (8% and 4% for varying degrees of hazard with ordnance), and uniform allowance requirements. The file also describes the conformance process for unlisted job classifications using Standard Form 1444.
    This document provides detailed installation, operation, and maintenance information for Titan Air's TAH-Indirect Fired equipment, specifically model TAH-230 PN ID4000 DX AR HRH. It includes a 24-month warranty, which requires a startup checklist within 30 days of startup and 120 days of delivery to be effective. The manual outlines equipment specifications, safety codes, and proper handling procedures for installation, including rigging, ductwork, and coil installation. It also details components like blowers, motors, indirect fired heating systems, and electrical controls. The document specifies general maintenance guidelines covering filters, burners, V-belt drives, bearings, and coil cleaning. Operational sequences for auto and manual modes are provided, along with a comprehensive parts list for the unit, which features a 4,000,000 BTU/HR input, 42,000 CFM, and DX cooling. This information is crucial for federal, state, and local RFPs, ensuring compliance and proper operation of the equipment.
    This owner's manual for Generac Power Systems, Inc. stationary industrial generators provides comprehensive instructions for safe installation, operation, and maintenance. It details various safety rules, including warnings about carbon monoxide, electrical hazards, moving parts, and fire/explosion risks, emphasizing that only qualified personnel should service the equipment. The manual outlines unit identification, model codes, fuel types, and engine specifications. It describes protective devices like coolant and oil sensors, and various fuel systems (diesel, natural gas, LP, bi-fuel, dual fuel). Maintenance schedules are provided, ranging from daily checks to biannual comprehensive inspections, with specific instructions for fluid checks, battery care, and disabling the generator for service. The document also includes warranty information and references applicable safety standards and codes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought: Minot AFB Construction MACC
    Buyer not available
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Repair MAF Roofs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Matador Manor Streetlights
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Facility Services for Non-Real Property
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    B185 Cooling Tower Repairs
    Buyer not available
    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.
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads in North Dakota. The project aims to enhance access roads critical for the Air Force Intercontinental Ballistic Missile Program (Minuteman) by adding four inches of aggregate surface course and performing necessary roadway maintenance. With an estimated project cost of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and the project completion date is set for August 14, 2026. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further inquiries.