146 CES Repair Pump House B1203
ID: W50S7525BA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CAANG 146PORT HUENEME, CA, 93041-4011, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MUSEUMS AND EXHIBITION BUILDINGS (Z2JA)

Set Aside

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

    The Department of Defense, through the California Air National Guard, is soliciting bids for the repair of Pump House B1203 at the Channel Islands Air National Guard Station in Port Hueneme, California. This project, valued between $1 million and $5 million, is a total small business set-aside under NAICS code 236220, focusing on commercial and institutional building construction. The procurement process will follow an Invitation for Bid (IFB) method, with bids due by June 4, 2025, and a 90-day acceptance period following the bid opening. Interested contractors should contact Ricardo Macias at ricardo.macias.3@us.af.mil or William Tucker at william.tucker.32@us.af.mil for further details and must ensure compliance with all federal contracting guidelines throughout the bidding process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document comprises a series of Requests for Information (RFIs) regarding the contract for the Pump House B1203 Repair project, outlining important clarifications related to the project specifications and requirements. The project follows a design-bid-build method, with contractors tasked to adhere to specified divisions concerning finishes, HVAC, earthwork, and exterior improvements despite their limited references in the plans. Key responses establish that all installations, including fire sprinkler systems and electric unit heaters, adhere strictly to contract specifications, with certain responsibilities clarified for the contractor. Existing systems are confirmed as impaired, negating the need for extensive phasing during upgrades. Notable points include requirements for hazardous materials management, confirmation of acceptable equipment installations, stormwater considerations, and specific responsibilities for remaining items within the facility post-demolition. The document ultimately serves to provide necessary clarification to contractors, ensuring compliance with all safety, quality control, and contractual obligations. The government emphasizes proper handling and disposal mandates for existing facilities and assets, reflecting its diligence in maintaining standards throughout this repair project.
    The document outlines a Request for Proposal (RFP) for the Repair of Pump House B1203 at the California Air National Guard Channel Islands Air National Guard Station. This federal solicitation (W50S75-25-B-A012) is a 100% small business set-aside, with anticipated project costs ranging from $1,000,000 to $5,000,000. Interested bidders are required to complete bids that comply with specified guidelines, including submission of a bid bond, and must attend a pre-bid conference scheduled for May 14, 2025. The project involves providing all necessary labor, materials, and supervision for the repair work, with a performance period expected to start upon receipt of the notice to proceed. Additionally, funds for this acquisition have not yet been allocated but are anticipated to be available prior to contract award. The RFP emphasizes compliance with relevant federal regulations, including wage determinations and environmental standards, and specifies that bids must be valid for 90 days. Ultimately, award will go to the responsible bidder whose offer is most favorable to the government, based on price factors. This solicitation exemplifies the federal government's efforts to engage small businesses in construction projects while ensuring transparency and competitive bidding processes in line with established regulations.
    The document presents an abstract of offers in response to a solicitation issued by the California Air National Guard for the repair of Pumphouse B.1203. The offers were submitted by eight different contractors, with bid amounts ranging from approximately $986,963 to $1,629,548. The solicitation opened on June 4, 2025, and the acceptance deadline is specified as one day after the opening date. Each contractor's proposal also indicated their business size, but all are marked as "D," suggesting a standard designation. The document certifies that all offers received were properly opened and recorded by the certifying officer, 1st Lt. William J. Tucker. This record serves to document the competitive process involved in securing services for government projects, reflecting adherence to federal contracting regulations.
    The document appears to be a fragmented and corrupted transcription of various government-related requests for proposals (RFPs), grants, and local/state solicitations. Its primary purpose seems to involve outlining various funding opportunities and compliance requirements essential for potential applicants. There are references to the types of projects eligible for funding, health and safety guidelines, including environmental concerns, and the necessity for thorough inspections and assessments in preparation for any work to be conducted within government jurisdictions. Key elements include the need for strict adherence to local regulations, the importance of safety measures, and the integration of hazard assessments into project planning. The overall emphasis is on ensuring that proposed projects align with federal and state standards, reflecting the government’s commitment to public health, safety, and environmental stewardship. This document serves as a critical resource for organizations seeking to navigate the complexities of government funding opportunities, highlighting essential protocols and procedures necessary for maintaining compliance and ensuring successful project outcomes.
    The document outlines the pre-bid conference and site walk for the solicitation number W50S75-25-B-A012 concerning the repair of Pump House B.1203 at Channel Islands Air National Guard Station. The purpose of the pre-bid conference, held on May 14, 2025, was to introduce key personnel, including the Contracting Officer 1st Lt William Tucker and Contract Specialist TSgt Ricardo Macias, and to provide an overview of the project and its requirements. Key details include the project’s estimated cost of $1,000,000 to $5,000,000, a total small business set-aside, an Invitation for Bid (IFB) method, and a firm-fixed-price contract type. Bids are to be submitted in person by June 4, 2025, with a 90-day acceptance period following the bid opening. The conference included a Q&A session and a site tour led by Maj Timothy Chow, who is also the Contracting Officer Representative. The meeting concluded promptly at 2:00 PM. This document serves as a vital reference for contractors interested in the project, providing essential information about the bidding process and project scope consistent with federal solicitation norms.
    This document outlines an Invitation for Bids (IFB) related to the Repair of Pump House B1203 at the California Air National Guard’s Channel Islands Station. The project, valued between $1 million and $5 million, is designated as a 100% small business set-aside under NAICS code 236220, which pertains to commercial and institutional building construction. A pre-bid conference is scheduled for potential bidders to discuss requirements. Submissions require completed Standard Form 1442, along with a bid bond and necessary performance guarantees. All bids must be submitted by June 4, 2025, with a validity of 90 days. The winning bid will be awarded based on conformance to solicitation terms and overall cost-effectiveness. Funds are pending allocation, as the project is on the National Guard priority list. Bidders are urged to check the SAM.gov site for updates and to ensure timely access to the site for the conference, which requires registration three business days in advance. This solicitation emphasizes the government’s intention to foster small business engagement while adhering to federal procurement regulations.
    The document serves as an amendment to a solicitation for the "Repair Pump House B1203" project by the California Air National Guard, aimed at small businesses. The amendment extends the bidding period, updates the table of contents, revises the performance period to 365 days, and specifies deadline adjustments for bid submissions and inquiries. It emphasizes the importance of acknowledging the amendment to avoid rejection of bids. Bidders are required to register for a pre-bid conference and site visit to address any project-related queries. Key instructions also involve using the System for Award Management (SAM) for accessing solicitation documents and amendments. The project involves non-personal construction services where bidders must submit documentation such as a bid bond, offer form (SF-1442), and certifications. The proposal must demonstrate compliance with federal contracting guidelines, including registered bidders' qualifications, and adherence to pricing validity for 90 days. All changes and instructions are to be formally communicated and documented through the SAM website, with an emphasis on maintaining clarity throughout the bidding process. This amendment reflects a structured approach to ensure public transparency and compliance in the competitive bidding for government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Commercial and Institutional Building Construction
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial and institutional building construction services. This procurement aims to establish BPAs to facilitate the expeditious acquisition of various construction requirements in support of Naval operations, particularly in areas such as Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which will be awarded based on qualifications without a formal Request for Proposal. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    Repair Fuel System B4505
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. The project involves the repair of three fuel storage tanks, associated piping, and perimeter fence, with a focus on replacing tank and pipe coatings and repairing existing fence posts. This procurement is critical for maintaining operational readiness and compliance with government regulations, with an estimated contract value between $500,000 and $1,000,000. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested contractors must acknowledge the recent amendment to the solicitation and attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J. Hislop at meghan.j.hislop.civ@us.navy.mil.
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    Dana Point West Breakwater Repair Project
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Dana Point West Breakwater Repair Project in California. The project involves the complete repair of the west breakwater at Dana Point Harbor, which includes replacing displaced armor stone, resetting existing stone, and dredging approximately 45,000 cubic yards of sediment for access, with the dredged material to be used for nearshore nourishment at Doheny State Beach. This construction project is significant for maintaining coastal infrastructure and ensuring environmental protection, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the tentative issue date for the Invitation for Bid is December 16, 2025, with a bid opening scheduled for January 19, 2026; inquiries can be directed to Ashley Powell or Patricia B Bonilla via their provided emails.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.