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 (AFB) 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 period of performance 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 information.

    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 Department of the Air Force, 5th Contracting Squadron – Minot AFB, ND, has issued a combined synopsis/solicitation (FA4528-26-Q-FH02) for Dome Equipment Maintenance. This Request For Quotation (RFQ) seeks proposals for inspection, preventative maintenance, and repair services for all mechanical and electrical components of the Minot AFB Dome. The contract, set aside for 100% Small Business Concerns (NAICS code 811310, $12.5 million size standard), will be a Firm-Fixed-Price (FFP) award with a performance period 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 must be submitted by January 5, 2026, 1:30 PM CDT, and will be evaluated based on Price, Technical (Quality Control Plan, Management/Manpower Plan), and Past Performance. Offerors must be SAM registered and submit an original and a redacted copy of their quote. The evaluation prioritizes best value and adherence to solicitation requirements, with technical factors rated as acceptable or unacceptable.
    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.
    The document, titled "Quote Sheet-FA452825QTA09," is a Request for Proposal (RFP) for maintenance services, likely for equipment or facilities. It outlines various contract line items (CLINs) for preventative maintenance, repairs, and out-of-cycle maintenance, and maintenance visits. For preventative maintenance, a quarterly unit of 4.0 is specified across multiple items (0001, 1001, 2001, 3001, 4001) and a quarterly unit of 2.0 for item 5001. Repairs and out-of-cycle maintenance (CLINs 0002, 1002, 2002, 3002, 4002, 5002) are explicitly marked as "No quote required at this time" because prices will be approved separately per repair. Maintenance visits (CLINs 0003, 1003, 2003, 3003, 4003, 5003) require a quote for the cost to bring a contractor on-site for troubleshooting and to restore equipment to operational status. The form includes spaces for a unit price for each quotable item and a total, with an area for the company name to be submitted. The document also references FAR 52.217-8, indicating it is subject to federal acquisition regulations.
    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 government file, Wage Determination No. 2015-6025, Revision No. 3, updated on December 3, 2025, sets out required wage rates and fringe benefits for service contract employees in McHenry, Renville, and Ward Counties, North Dakota. It covers numerous occupations across various sectors, including administrative, automotive, food service, health, information technology, and maintenance. Key benefits include health and welfare payments, vacation accrual (2-4 weeks based on service), and eleven paid holidays. The document also details specific provisions such as night and Sunday pay for weather observers, hazardous pay differentials for work with ordnance, and uniform allowance guidelines. It outlines the conformance process for unlisted occupations, requiring contractors to propose classifications and rates for approval by the Wage and Hour Division. Additionally, the file references Executive Orders 13706 and 13658, addressing paid sick leave and minimum wage requirements for federal contractors.
    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.
    This Q&A document clarifies billing and pricing structures for a government contract, likely an RFP, focusing on maintenance and repair services. For preventive maintenance (CLIN 001), billing will be monthly for quarterly visits. Repairs and out-of-cycle maintenance (CLIN 002) will be priced per instance/repair, with contractors quoting each job. For maintenance visits (CLIN 003), a cost for on-site troubleshooting is required. The bid date and time remain unchanged, and further details are available on SAM.gov. The document also states that construction cost estimates and planholders lists are not applicable, and no addendums have been issued. Contractors can follow up for bid results at their convenience.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought: Minot AFB - Flooring IDIQ
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron at Minot Air Force Base (MAFB) in North Dakota, is seeking qualified small businesses for a Flooring Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract. The procurement aims to gather industry input for flooring-related work, including the removal and installation of various floor coverings, application of protective coatings, and debris disposal, all in compliance with Unified Facilities Guide Specifications and USAF Carpet Program requirements. This contract is crucial for maintaining and enhancing the operational facilities at MAFB, with an anticipated budget of approximately $1 million annually and a total ceiling of around $5 million over five years. Interested parties must submit a Capability Statement to the designated contacts by 4:00 PM CST on January 7, 2026, and ensure they are registered in the System for Award Management (SAM).
    Repair MAF Roofs
    Dept Of Defense
    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.
    Repair MAF Roofs
    Dept Of Defense
    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 roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    Air Compressor Maintenance Services
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base (AFB) in South Dakota, is seeking proposals for Air Compressor Maintenance Services. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, labor, and services to perform both scheduled and unscheduled maintenance in accordance with the Performance Work Statement (PWS) and Service Summary (SS). This contract is crucial for ensuring the operational readiness and sustained mission capability of air compressor systems at the base, with an anticipated Indefinite Delivery-Indefinite Quantity (IDIQ) firm-fixed-price contract spanning five years and six months, including an optional six-month extension. Interested parties should direct inquiries to Deanine R. Rogers or Joshua Johnson by January 7, 2026, and are encouraged to submit proposals once the official solicitation is released in the week of January 12, 2026.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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.
    WET/DRY SUPPRESSION SERVICES
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Wet/Dry Suppression Services at Peterson Space Force Base in Colorado. The contractor will be responsible for inspecting, testing, and maintaining wet and dry chemical fire suppression systems, ensuring compliance with federal, state, and local regulations, as well as various safety standards outlined in the Performance Work Statement (PWS). This contract is crucial for maintaining fire safety and compliance at the base, with a Firm Fixed Price (FFP) structure that includes a base year and four option years, potentially extending to August 2031. Interested small businesses must submit their quotes by January 12, 2026, following a site visit on January 6, 2025, and can direct inquiries to Stephen Carr at stephen.carr.12@spaceforce.mil or 719-556-4999.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron of the Air Force, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and associated firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association (NFPA) standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    Preventative Maintenance/ Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) Department of Defense Education Activity (DoDEA) for Fort Bragg, NC and Camp Lejeune, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Norfolk District, is seeking qualified small businesses for a Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) contract for facilities at Fort Bragg and Camp Lejeune, North Carolina. The contract will encompass a range of maintenance services, including the operation and maintenance of heating, ventilation, and cooling systems, kitchen equipment, and facility control systems, ensuring the efficient and safe operation of educational facilities for students and teachers. The anticipated solicitation is expected to be issued around March 2026, with a contract maximum of $11 million and a proposal submission deadline projected for April 2026. Interested firms must respond to the Sources Sought notice by January 13, 2026, and can contact Michael Stevenson Jr. or Candace Lotomau for further information.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 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, and proposals must remain valid through March 31, 2026.