KSCC 18-1575 Replace Tower 110
ID: FA252125B0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 1:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price Construction Contract to replace Tower 110 at Kennedy Space Center, Florida. The project entails the demolition of the existing 210-foot weather tower and the construction of a new self-supporting tower, including the design of a foundation, a lightning protection system, and FAA beacon lights. This initiative is crucial for supporting the 45 Weather Squadron's instrumentation and ensuring operational integrity at Cape Canaveral Space Force Station. The estimated contract value ranges from $1,000,000 to $5,000,000, with bids due by May 1, 2025, and a performance period of 265 calendar days following the issuance of the Notice to Proceed. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), should direct inquiries to Contracting Officer Abigail Lynagh at abigail.lynagh@spaceforce.mil or by phone at (321) 494-1913.

Files
Title
Posted
Mar 31, 2025, 8:04 PM UTC
The document outlines the specifications for the construction of a new 210-foot self-supporting tower at Cape Canaveral Space Force Station, replacing an existing tower and supporting instrumentation for the 45 Weather Squadron. It details project management protocols, including submittal procedures, safety requirements, environmental controls, and construction waste management. Key points cover structural and electrical requirements, emphasizing the design for the tower foundation, lightning protection systems, and FAA beacon lights. Mandatory compliance with governmental safety requirements and project scheduling to minimize disruption to ongoing operations is emphasized. The document specifies access protocols, vehicle inspection requirements, and job site safety measures, such as keeping work areas clean and protecting existing facilities. A comprehensive approach is mandated for submittals, including preconstruction documents and project drawings. Each submission category—ranging from construction plans to safety data sheets—has specific formatting and approval requirements. It illustrates the federal government's meticulous oversight and detailed expectations to ensure project quality, safety, and regulatory compliance. Overall, it serves to guide contractors in executing their responsibilities with a focus on safety, environmental protection, and operational integrity throughout the project's duration.
Mar 31, 2025, 8:04 PM UTC
The document outlines the contractual obligations for a project under solicitation FA2521-25-B-0006, specifically the replacement of Tower 110 at Building 66302. It specifies compliance with FAR 52.219-14 regarding the limitations on subcontracting for contractors under a General Construction NAICS code. The prime contractor must ensure that no more than 85% of the government-paid contract amount, excluding material costs, is allocated to non-similarly situated subcontractors. The calculation process includes determining the total contract value (TCV), subtracting material costs, and assessing the value of non-WOSB (Women-Owned Small Business) costs to ensure compliance with the subcontracting limitations. A signed certification from an authorized representative attests to the accuracy of the submitted information, confirming the commitment to adhere to these stipulations. This document emphasizes the importance of fair participation for small businesses within government contracting frameworks.
Mar 31, 2025, 8:04 PM UTC
The document outlines the KSCC 18-1575 Replace Tower 110 project at Cape Canaveral Space Force Station. Its primary objective is the demolition and replacement of an existing weather tower. Detailed engineering drawings specify the project's layout, site details, and necessary environmental and safety measures. The contractor is responsible for adhering to strict environmental protocols, particularly concerning the habitat of endangered species like the Florida scrub-jay and eastern indigo snake. Construction requires clearance from the Kennedy Space Center and local authorities, with stringent guidelines on managing existing utilities and hazardous materials. Key project tasks include removing the existing tower and installing a new one in the same location, while ensuring minimal disruption to equipment and adhering to specified design standards. The document serves as a comprehensive guide for contractors, detailing design, construction methods, safety measures, and environmental compliance, aligning with federal and state regulations for government RFPs. Its meticulous planning emphasizes safety, coordination, and environmental stewardship throughout the project life cycle, ensuring compliance with applicable codes and maintaining project integrity.
Mar 31, 2025, 8:04 PM UTC
The 45th Space Wing at Patrick Air Force Base outlined procedures for implementing a Green Purchasing Program through the Green Purchasing Program Certification Form and the EPA CPG Designated Item Purchase Exemption Form. This document provides guidelines for certifying compliance when procuring EPA-designated items, ensuring that any applicable environmentally preferable products are identified and justifications provided for any exemptions. It specifies steps for completing certification forms, including checking designated items, providing signatures, and detailing any claimed exemptions based on performance standards, availability, competition, or pricing. The document requires that all forms be stored with the contract/project file and emphasizes the necessity for adherence to established procurement and environmental standards. The overall purpose is to promote green purchasing practices within federal procurement actions effectively, aligning with EPA guidelines and environmental sustainability goals.
Mar 31, 2025, 8:04 PM UTC
The memorandum from the United States Space Force, specifically Space Launch Delta 45, addresses the Ozone Depleting Substance (ODS) Statement for Project DBEH 18-1575, which involves replacing Tower 110. The document confirms that, based on a review by technical personnel, the project does not mandate the use or delivery of Class I ODS as defined by Air Force policy in the execution of the contract. This assurance ensures compliance with environmental regulations regarding ODS. The memorandum is signed by Project Manager Robert Elliott, emphasizing the project's commitment to adhere to environmental standards while fulfilling its objectives.
Mar 31, 2025, 8:04 PM UTC
The 45 SFS Credential Request Form serves as a mandatory document for individuals seeking access to specific military installations, including Patrick Space Force Base and Cape Canaveral Space Force Station. It is designed to collect essential personal information, such as name, Social Security Number, and citizenship status, to verify eligibility based on access control requirements in alignment with federal security protocols. The form outlines both long-term and short-term credential requests and specifies the necessary sponsor information and access dates. Additionally, the form includes advisements regarding potential toxic hazards associated with specific chemicals used at CCSFS, requiring visitors to acknowledge safety protocols. Instruction for submitting the request highlights various delivery methods for processing, with a standard processing time of three days. The document emphasizes compliance with installation driving procedures and safety regulations. Overall, this credential request is essential for maintaining security while facilitating access for government employees, contractors, and visitors to critical military properties.
Mar 31, 2025, 8:04 PM UTC
The document is titled "Construction Cost Estimate Breakdown" and serves as a standardized format for contractors to present detailed cost estimates to the government for proposed projects. It guides contractors in breaking down their proposals into material costs, labor costs, and other direct expenses required for construction. Specific columns on the form are designated for item descriptions, quantities, unit measures, costs, and totals. Key instructions emphasize that contractors must provide detailed estimates, including the estimated manhours required for work and any special equipment costs. Essential calculations include material costs, labor costs, and overhead, leading to a total project price which will be scrutinized for accuracy and transparency. Contractors are expected to disclose their estimation process, including supporting data for review. Overall, this document is crucial for ensuring accurate budgeting and cost analysis in federal and state/local Request for Proposals (RFPs) and grants, aligning contracting practices with government guidelines to facilitate effective project management and accountability. The process enhances clarity in negotiations and agreement based on validated cost data.
Mar 31, 2025, 8:04 PM UTC
The document pertains to the Request for Proposals (RFP) for Project Number KSCC 18-1575, which focuses on replacing Tower 110 at Building 63302. It contains a structured question and answer format intended for contractors to seek clarification on various aspects of the project. The file prompts contractors to specify relevant sections of the RFP or technical specifications related to their inquiries. Key elements of the project likely involve construction and technical specifications vital for ensuring compliance with federal standards. This document serves as a communication tool to facilitate understanding and address potential concerns contractors may have about project requirements, signaling the importance of clarity in governmental contracting processes. The focus is on enhancing transparency and efficiency among bidders, enabling informed proposals and ultimately successful project execution.
Mar 31, 2025, 8:04 PM UTC
The bidding schedule outlines the requirements for the project titled "Replace Weather Tower 110" under Project No. KSCC 18-1575. Contractors are expected to provide all necessary labor, materials, equipment, and transportation to complete the project. A Notice to Proceed (NTP) will be issued within 30 days post-contract award, with a total performance period of 265 calendar days. Material submittals must be approved before work commencement, with a potential review period of 14 days by the Government. Additionally, contractors can expect a lead time of 90 days for materials and 25 non-access days, allowing for effective project planning and execution. The working calendar comprises 150 days, emphasizing the importance of timely submission and approval processes. This document serves as a formal request for proposals (RFP) to ensure that participants understand the parameters and expectations for completing the project safely and efficiently.
Mar 31, 2025, 8:04 PM UTC
The document outlines a solicitation for a Firm-Fixed-Price Construction Contract to replace Tower 110 at Kennedy Space Center, Florida. The project is estimated to cost between $1,000,000 and $5,000,000 and is aimed at providing a complete and usable facility in line with project specifications. The solicitation emphasizes that it is set aside exclusively for Woman-Owned Small Businesses (WOSB), and offers from non-WOSB entities will be deemed nonresponsive. Bids are to be submitted by May 1, 2025, and the contractor is required to commence work within 14 calendar days of receiving the notice to proceed, completing the project in 265 calendar days. Specific requirements regarding performance and payment bonds, as well as conditions for termination and liquidated damages, are stipulated to ensure compliance. The document asserts that the government's obligations depend on the availability of funds, indicating that no liability for payment arises until such funds are allocated. This solicitation reveals the government's intent to support small business participation while adhering to strict contractual and operational guidelines.
Mar 12, 2025, 7:05 PM UTC
The solicitation document for project FA252125B0006 at Cape Canaveral Space Force Station outlines plans for constructing a new 210-foot self-supporting tower to replace an existing structure for the 45 Weather Squadron. The project includes demolition of the current tower, designing a new foundation, and installing a lightning protection system with FAA beacon lights. Set to follow FAR guidelines, this project has an estimated construction cost between $1 million and $5 million, with a performance period of around 265 days. Although an Invitation for Bid (IFB) will be released around March 27, 2025, no bids are to be made until the necessary funds are allocated, and bidders must be registered with the System for Award Management. The document serves as a pre-solicitation announcement, clarifying that it is not a request for proposals and includes contact information for inquiries. Overall, this initiative represents the federal government’s investment in upgrading facilities vital for military and aerospace operations while adhering to established small business programs.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
KSCC 18-1525 Construct Vehicle Barriers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price construction contract to construct vehicle barriers at the Kennedy Space Center in Florida. This project, identified as KSCC 18-1525, aims to enhance security through the installation of anti-terrorism measures, including bollards and cable fence barriers, with a project value estimated between $500,000 and $1,000,000. The contract is set aside for Women-Owned Small Businesses (WOSB), and all interested bidders must comply with specific federal regulations, including the Davis-Bacon Act for wage determinations. Key deadlines include a site visit on April 8, 2025, and bid submissions due by April 29, 2025. For further inquiries, interested parties may contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
Lightning Protection Systems Repair Building 2024 PSFB CO
Buyer not available
The Department of Defense, through the U.S. Space Force, is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base in Colorado. Contractors are required to replace wind-damaged air terminal masts and ensure compliance with national and military codes, with a project timeline of 30 days for completion. This procurement is crucial for maintaining the safety and functionality of military infrastructure, emphasizing the importance of specialized repairs in federal operations. Interested small businesses must submit their proposals, including a price quote and technical documentation, by April 15, 2025, at 12:00 PM MT, and can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further information.
Repair Air Traffic Control Tower B6058
Buyer not available
The Department of Defense, specifically the Department of the Army, is conducting market research for the repair of the Air Traffic Control Tower B6058 at Fort McCoy, Wisconsin. The project involves comprehensive repairs to the tower, including the cab, mechanical, communications, and electrical systems, as well as the installation of a temporary control tower during the renovation. This initiative is crucial for maintaining operational safety and efficiency in air traffic management at the facility. Interested contractors are encouraged to submit their capabilities and relevant experience by 09:00 AM Central Time on April 16, 2025, to Todd Dempsey at todd.a.dempsey.civ@army.mil, with an estimated project value between $5 million and $10 million.
Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to repair Buildings 1508 and 1559 at Vandenberg Space Force Base in California. This project involves providing all necessary labor, materials, and supervision for the repair of the Space Control Facility and the Admin Area, with a contract duration of 365 calendar days following the notice to proceed. The total construction cost is estimated to be between $5 million and $10 million, and the opportunity is exclusively set aside for small businesses under the NAICS code 236220. Interested contractors should note that the solicitation is expected to be issued around April 15, 2025, with a pre-bid conference tentatively scheduled for April 22, 2025. For further inquiries, contractors can contact Kristian Martin Perlas or Carmen Ridener via the provided email addresses.
SXHT 12-1092 Repair Emergency Power SFS B1319
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the project titled "SXHT 12-1092 Repair Emergency Power SFS B1319" at Patrick Space Force Base in Florida. This project aims to enhance the electrical load capacity at Facility 1319 by installing new electrical components, including an 800A automatic transfer switch, while ensuring minimal disruption to ongoing operations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a magnitude between $500,000 and $1 million, and the performance period is scheduled for 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 18, 2025, and can direct inquiries to 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
SXHT 23-1030 Repair HVAC B535
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm Fixed-Price Construction Contract to repair the HVAC system at Building 535, located at Patrick Space Force Base in Florida. This project, designated as SXHT 23-1030, involves significant tasks such as the removal and replacement of air handlers, installation of return ducts, and improvements in humidity control, all while adhering to Florida Building Codes and specific Army Air Force regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project value between $1 million and $5 million, contingent upon the availability of appropriated funds. Interested contractors must submit their bids by April 23, 2025, with a mandatory site visit scheduled for March 31, 2025, and can direct inquiries to Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
B922 Canopy Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of the entrance to Building 922, known as the Carolina Skies Club, located at Shaw Air Force Base in South Carolina. The project entails the demolition of the existing canopy and the installation of a new pre-engineered metal canopy, along with the construction of an accessibility ramp that meets ASCE 7-10 and Architectural Barriers Act standards, and includes electrical work for LED lighting and power distribution. This initiative is part of a broader effort to enhance public infrastructure and ensure compliance with safety and accessibility standards. Interested vendors must submit their capabilities statements and past performance examples by April 18, 2025, with the anticipated solicitation release date around May 6, 2025. For further inquiries, contact Gregory Cooke at gregory.cooke@us.af.mil or 803-895-9119.
CONSOLIDATED COMMUNICATIONS FACILITY PATRICK SPACE FORCE BASE, FLORIDA AMENDMENT 0007
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Consolidated Communications Facility at Patrick Space Force Base in Florida, under Amendment 0007. This opportunity involves commercial and institutional building construction, with a focus on the construction of miscellaneous buildings as outlined in the revised specifications and drawings. The project is critical for enhancing communication capabilities at the base, and interested contractors should refer to the enclosed documents for detailed requirements and changes. Proposals must be submitted by the extended deadline, and for further inquiries, potential bidders can contact Rocky Harkless at rocky.a.harkless@usace.army.mil or Kyle Rodgers at KYLE.M.RODGERS@USACE.ARMY.MIL.
FMS Low Frequency Antenna Installation and Improvements IAW the PWS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and improvement of the H-915A low frequency antenna (LFA) at Vandenberg Space Force Base in California. The project aims to enhance the existing antenna installation by re-installing the H-915A antenna, replacing coaxial cables, and relocating the antenna coupler to improve functionality, all to support the Frequency Management System (FMS) team in monitoring radio frequencies for government and commercial launches. Interested contractors must attend a mandatory site visit on April 2, 2025, and submit a Base Access Request by March 27, 2025, to gain entry to the base. Proposals are due by April 9, 2025, and should be directed to the primary contact, Mitchell Carver, at mitchell.carver@us.af.mil, with a firm fixed-price contract awarded based on the Lowest Price Technically Acceptable (LPTA) methodology.
T1A Static Display
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the design and construction of a mounted static display of the T-1A aircraft at Laughlin Air Force Base in Texas. The project involves comprehensive work including drainage installation, lighting, erosion control, xeriscaping, and landscaping, all aimed at enhancing the existing static displays in the Ribas-Dominicci traffic circle. This initiative is significant for showcasing military aircraft and enhancing the base's visual appeal, with an estimated contract value between $500,000 and $1,000,000. Interested Women-Owned Small Businesses (WOSB) must be registered in the System for Award Management (SAM) and can expect a total performance period of 210 calendar days, with the solicitation available on SAM.gov once released. For further inquiries, contact SSgt Ian Monis at ianjennesai.monis@us.af.mil or 830-298-4190.