Replace leaky roof and transformers, Osan AB (LCS, MATOC Work Plan only)
ID: W90VN6-25-R-0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0906 AQ CO CONTRACTING BATAPO, AP, 96202-0000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of a leaky roof and deteriorated transformers at Building #949, Osan Air Base, under a Multiple Award Task Order Contract (MATOC). The project requires contractors to provide all necessary labor, tools, equipment, and materials to complete the work in accordance with specified standards and drawings, with a completion timeframe of 340 days post-award. This initiative is critical for maintaining the operational integrity of military facilities, ensuring safety and compliance with environmental regulations. Interested contractors must submit their proposals, including a detailed proposal packet and attend a site visit, with project costs estimated between $500,000 and $5 million for various components. For further inquiries, contact Chaeyong Yi at chaeyong.yi5.ln@army.mil or SFC Dong H. Kim at dong.h.kim49.mil@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document comprises a series of design drawings (DWGs) labeled A02 to A14, all classified as Controlled Unclassified Information (CUI). Each drawing is presumably part of a larger project involving federal or state planning and design standards. The specific contents or purposes of the drawings are not disclosed, but their classification suggests they may contain sensitive information relevant to government projects, compliance, or infrastructure development. The series of DWGs indicates a structured approach to design, likely indicating progress or stages of a project requiring government oversight, funding, or adherence to competitive procurement processes. Overall, the document serves as a formal record of technical details essential for understanding the project's layout, specifications, and regulatory requirements necessary for further progression and approval in government contracting and grant processes.
    The document pertains to the replacement of a leaky roof for a critical communications node designated B949 under the project code SMYU 24-1039L. It includes a comprehensive submission register that outlines various preconstruction and construction-related submittals required for the project. Key components include initial project schedules, safety plans, quality control, environmental protection plans, and extensive product data regarding roofing materials and installation processes. Additionally, it details necessary test reports and certifications expected from contractors, emphasizing adherence to safety, compliance, and project specifications. The structure of the document organizes the required submittals into categories such as preconstruction submittals, test reports, certificates, shop drawings, and closeout documentation. This format ensures systematic tracking of contractor compliance and project milestones, guiding the execution of the roofing replacement while meeting government contracting standards. Overall, this document is vital for facilitating clear communication and accountability throughout the project lifecycle.
    The document is a project proposal from the 51st Civil Engineer Squadron at Osan Air Base in the Republic of Korea, focusing on the replacement of deteriorated transformers in mission-critical areas. The project, labeled SMYU 24-1040L, outlines various feeder site plans including those for transformers T340, T345, and others, detailing their locations and status. It emphasizes environmental coordination, addressing asbestos concerns—indicating whether areas will be abated before contract award or if the contractor will be responsible for abatement. The proposal reflects standard procedures in federal RFPs concerning construction and safety. It includes various engineering and environmental departments involved in the project, underscoring the importance of proper handling of hazardous materials and compliance with safety regulations. Overall, this project aims to enhance operational infrastructure and maintenance at the airbase, ensuring reliability and safety in critical military operations.
    The document serves as a comprehensive submittal register for a construction project titled "Replace Deteriorated Transformers on East Mission Critical Areas." It details various preconstruction and closeout submittals required by contractors, including project schedules, safety plans, environmental protection plans, waste management plans, and essential certificates such as LEED documentation. Each entry is categorized, referencing specific specification sections with corresponding action codes and required dates for submission and approval. The document underscores compliance with safety, environmental standards, and quality control measures essential in government contracting. The systematic organization aids project efficiency and adherence to federal regulations, reflecting a structured approach to project management in public sector construction initiatives. This submittal register is pivotal for ensuring all procedures are followed and documentation is adequately maintained throughout the project lifecycle.
    The Osan Air Force Base (AFB) Architectural Compatibility Plan aims to establish design standards tailored to the unique cultural, environmental, and operational needs of Osan AFB. It serves as a guideline for base leadership and stakeholders involved in facility design, ensuring that architectural projects maintain aesthetic and functional coherence. The plan outlines key concepts of architectural compatibility, emphasizing visual elements such as theme, scale, form, and materials, which contribute to a harmonious environment. It provides detailed standards for exterior and interior design, including building materials, color schemes, signage, and finishes to enhance both the efficiency of facilities and the overall installation appearance. The document also identifies obstacles such as funding limitations and prevailing attitudes towards existing conditions, while highlighting opportunities through new construction and leadership changes. Overall, the plan promotes a unified architectural vision, encouraging sustainable practices and regular updates to align with the evolving needs of Osan AFB. Its implementation is overseen by the Architectural Compatibility Coordinator, ensuring adherence to established standards throughout the construction and maintenance processes.
    This document outlines a Request for Proposals (RFP) for the replacement of a leaky roof and deteriorated transformers at Building #949, Osan Air Base, under the Multiple Award Task Order Contract (MATOC). It specifies that only selected contractors can bid and emphasizes compliance with various submission requirements, including attending a site visit and submitting a detailed proposal packet by a designated deadline. Key components of the project include architectural works, security, environmental considerations, and the completion timeframe of 340 days post-award. The project magnitude ranges, with the roof replacement estimated between $500,000 and $1,000,000 and transformer repairs between $1,000,000 and $5,000,000. Contractors must adhere to thorough specifications for construction materials and methods, with warranties and cleanliness protocols outlined. The document underscores government compliance, safety practices, and environmental regulations, showcasing the magnitude of the undertaking within the military installation context. This comprehensive plan looks to effectively manage construction while ensuring safety and minimal disruption to ongoing military operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Okinawa Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Okinawa Multiple Award Construction Contract, aimed at commercial and institutional building construction. This contract will involve the repair or alteration of various miscellaneous buildings, highlighting the importance of maintaining and upgrading facilities to support military operations in the region. Interested contractors can reach out to Kurt Stuebs at kurt.stuebs.2@us.af.mil or by phone at 634-4919, or Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil for further inquiries. Details regarding the submission deadlines and funding amounts will be provided in the solicitation documents.
    Repair HVAC in PAX Terminal B3409
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the repair of the HVAC system at the Passenger Terminal B3409 located at Kadena Air Base in Okinawa, Japan. The project encompasses comprehensive work, including the replacement of air handling units, ductwork, piping, and digital controls, while ensuring compliance with U.S. federal, Department of Defense, and local Japanese regulations, particularly regarding hazardous materials such as asbestos and lead-based paint. This initiative is crucial for maintaining operational efficiency and safety within military facilities, reflecting the government's commitment to infrastructure integrity. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with a performance period of 692 calendar days, and must submit proposals by the specified deadlines, including a mandatory site visit on March 13, 2025. For further inquiries, contact Leona I Cantu at leona.cantu.4@us.af.mil or Gary Wynder at gary.wynder@us.af.mil.
    FY25 CENTAM MATOC
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the FY25 CENTAM MATOC, focusing on commercial and institutional building construction. This procurement aims to establish a Multiple Award Task Order Contract (MATOC) to support various construction projects, which are critical for enhancing military infrastructure and operational capabilities. Interested contractors should note that the NAICS code for this opportunity is 236220, and the PSC code is Y1JZ, indicating a focus on the construction of miscellaneous buildings. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 850-207-0143, or reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or 251-441-5584.
    Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
    Buyer not available
    The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
    (WP MATOC) Replace Obstruction Lights at C-PAD, Kunsan AB.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to replace obstruction lights at C-PAD, Kunsan Air Base. The project involves the installation of new lighting fixtures and lamps, which are critical for ensuring safety and compliance with aviation regulations. This procurement falls under the NAICS code 238210, focusing on electrical contractors and other wiring installation services, and is categorized under PSC code N062 for the installation of lighting equipment. Interested contractors can reach out to Kyong Ko at kyong.o.ko.ln@army.mil or by phone at 011-82-503-355-9315 for further details regarding the solicitation process.
    FY25 DHA SRM Facility Repairs Building 1585, Yokota Air Base, Japan
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for facility repairs at Building 1585 located at Yokota Air Base, Japan. The project involves commercial and institutional building construction, specifically focusing on the repair or alteration of laboratories and clinics. This opportunity is critical for maintaining operational readiness and ensuring the safety and functionality of the facilities at the base. Interested contractors can reach out to Charles Qi at charles.l.qi.civ@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the procurement process.
    63RD Region 3 MATOC, 5 Years
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the 63rd Region 3 Multiple Award Task Order Contract (MATOC) over a five-year period. This procurement aims to engage contractors for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for Historically Underutilized Business (HUBZone) Sole Source firms, emphasizing the government's commitment to supporting small businesses in underutilized areas. Interested parties can reach out to Neil Hogie at neil.e.hogie.civ@army.mil or 502-898-3102, or Steven Bailey at steven.m.bailey2.civ@army.mil or 502-898-4525 for further details.
    CALIFORNIA REGION 4 MATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the California Region 4 Multiple Award Task Order Contract (MATOC) focused on commercial and institutional building construction. This procurement aims to engage qualified contractors to perform repair or alteration services for various buildings, emphasizing the importance of enhancing infrastructure within military facilities. The contract is set aside for Historically Underutilized Business (HUBZone) participants, promoting economic growth in designated areas. Interested contractors can reach out to William Parsons at william.a.parsons4.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further details, with the solicitation details available for review.
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    FY25 Improve Military Family Housing PAIP 8B, Yokota Air Base, Japan
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the improvement of military family housing at Yokota Air Base in Japan, under Solicitation Number W912HV-25-B-0001. The project aims to enhance living conditions for military families by upgrading housing infrastructure to meet military standards and address the specific needs of personnel and their families. This initiative is crucial for ensuring quality living environments for service members, reflecting the commitment to their welfare. Interested contractors can reach out to Charles Qi at charles.l.qi.civ@usace.army.mil or Ruben Romero at Ruben.A.Romero@usace.army.mil for further details, with the bidding process indicating a competitive landscape among various companies.