Repair Bldg. 100 Facade
ID: W50S8D25Q16AYType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NYANG 105NEWBURGH, NY, 12550-5042, USA

NAICS

Other Foundation, Structure, and Building Exterior Contractors (238190)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the repair of the stucco siding on Buildings 100N and 100S at the 105th Airlift Wing in Newburgh, New York. The project requires contractors to adhere to the Performance Work Statement (PWS) and implement effective dust and debris control measures to ensure safety and compliance, particularly given the proximity to an active airfield. This total small business set-aside opportunity emphasizes the importance of maintaining military facilities while providing a platform for small businesses to engage in federal contracting. Interested contractors must submit their quotes by 11:00 AM EST on May 7, 2025, and can contact Joseph Kugler at joseph.kugler.1@us.af.mil for further information.

    Files
    Title
    Posted
    The Department of the Air Force is issuing a Performance Work Statement (PWS) for facade repairs at Hangar 100, Newburgh, NY, due to damage from high winds. The contractor is responsible for providing all necessary personnel, tools, and materials for the repair, adhering to defined quality controls and security protocols while working on-site. The project is expected to be completed within 30 days. Operational details include working hours, expected safety compliance, employee identification requirements, and adherence to specific government security policies. The contractor must develop a Quality Control Plan to ensure service standards, which will be evaluated through a Quality Assurance Surveillance Plan by the government. Additionally, the contractor must replace damaged stucco siding and ensure that all repairs comply with specifications, submitting materials for approval before installation. All tasks must be carried out responsibly within the secured military environment, including removal of debris and restoration of affected areas. Finally, contractors must prevent and address any organizational conflicts of interest and ensure employees are trained in antiterrorism awareness and operational security as per government regulations. This project reflects the government's commitment to maintenance and safety within military installations while ensuring compliance with federal operational standards.
    The 105th Airlift Wing of the Department of the Air Force is seeking quotations for the repair of stucco siding on two buildings, identified as Bldg. 100N and Bldg. 100S, under a Total Small Business Set-Aside procurement. The associated NAICS code is 238190, with a size standard of $19 million. Interested contractors must submit offers via email by 11:00 AM EST on May 2, 2025. The repair specifications require adherence to the provided Performance Work Statement (PWS), with one job each for the northern and southern buildings. The document outlines the necessary information for responding contractors, including pricing worksheet sections for unit price and extended amount, and contact details for MSgt Joseph Kugler, the point of contact. This solicitation aims to provide opportunities for small businesses while ensuring building maintenance and compliance with Air Force standards.
    The document outlines requirements for a construction project involving the replacement of stucco panels on Building 100. The contractor must match the existing stucco material and submit an AF 3000 Material Approval Submittal form prior to commencing work. The document specifies that the color should closely resemble the existing tan finish. Additionally, it describes the situation with Building 100N, where panels are peeling and fasteners have failed, necessitating their removal and secure replacement with similar materials. It acknowledges that exact color matching of cement mixtures may not be possible, given the wear on older panels; however, the contractor should aim for the closest match. The overall purpose of this document is to clarify expectations for material selection and installation processes, ensuring consistency and safety in the construction work aligned with federal guidelines.
    The document addresses the use of scaffolding in a construction context, specifically regarding safety protocols. It clarifies that while safety scaffolds are not required from a pedestrian safety viewpoint, given that the work area has been cordoned off, contractors retain flexibility in their methods. Consequently, they can opt to use scaffolding to facilitate their work. The focus is on the contractor’s responsibility to ensure safety, albeit without a mandated scaffolding requirement. This information is pertinent for contractors responding to federal or local requests for proposals (RFPs) and grants, as it outlines responsibilities and acceptable methods related to safety standards in construction projects.
    The document outlines the requirements for dust and debris control related to construction activities adjacent to an active airfield. The contractor is responsible for ensuring that no debris, tools, or materials interfere with airfield operations, particularly considering the area's consistent winds. To prevent Foreign Object Debris (FOD) damage, the contractor must implement effective dust control measures and ensure that any overnight storage is secure against wind and environmental factors. The contractor bears the financial responsibility for any damage caused by FOD, stressing the importance of maintaining a safe and compliant worksite in proximity to aviation operations. This requirement reflects the broader context of safety and operational integrity in government contracts, especially in sensitive areas like airfields.
    This government amendment (Amendment 0001) clarifies the scope of work for a solicitation, providing additional guidance through Attachments RFI 1, RFI 2, and RFI 3. A crucial update includes the extension of the quote submission deadline to 11:00AM EST on May 7, 2025. Offerors must acknowledge this amendment prior to the specified deadline, either by completing designated items or through written/electronic communication referencing the solicitation. The amendment underscores the requirements for submitting offers to prevent potential rejection due to missing acknowledgments. Notably, although contractors are not required to sign and return copies of the amendment, they must ensure it's included in their offers to accurately reflect all necessary work. The document concludes that all other terms from the initial solicitation remain unchanged and in effect, ensuring clarity and confirmation of expectations for potential contractors in the competitive bidding process.
    This document is the Wage Determination under the Service Contract Act, detailing minimum wage requirements and fringe benefits for various occupations in New York County, Orange. It outlines two primary wage rates based on the contract's initiation date: for contracts after January 30, 2022, the minimum wage is $17.75 per hour, while for contracts awarded between January 1, 2015, and January 29, 2022, it is $13.30 per hour. The document includes specific rates for a range of occupations such as Administrative Support, Automotive Service, Food Preparation, Health Occupations, and more. In addition to wage rates, the determination mandates fringe benefits including health and welfare benefits ($5.36 per hour), vacation, and holiday pay. It also addresses the conformance process for unlisted job classifications and emphasizes compliance with relevant executive orders establishing paid sick leave. Overall, the document serves as a guideline for contractors ensuring fair compensation and benefits for employees under federal contracts, reflecting the government’s commitment to upholding workers' rights and standards.
    Lifecycle
    Title
    Type
    Repair Bldg. 100 Facade
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    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.
    B2620 Dorm Construction
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking potential sources for the B2620 Dorm Construction project at Joint Base McGuire-Dix-Lakehurst, New Jersey. This project involves extensive demolition, renovation, and construction work to improve living conditions in the dormitory, including refurbishing bathrooms and bedrooms, updating electrical systems, and addressing hazardous materials such as asbestos and lead paint. The total performance period for the project is 665 calendar days, which includes 245 days for design and 420 days for construction, with a focus on adhering to federal, state, and local codes. Interested parties are encouraged to contact Daniel Theyn at daniel.theyn@us.af.mil or Wanda L. Wilson at wanda.wilson.1@us.af.mil for further information and to express their interest in participating in this opportunity.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Stratton ANGB - Building 25 Boiler Replacement
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting quotes for the replacement of the boiler in Building 25 at Stratton Air National Guard Base in Scotia, New York. The project involves the removal of an old boiler and the installation of a new natural gas boiler, along with associated components such as an expansion tank and circulator pumps, ensuring compliance with specific efficiency and operational standards. This opportunity is a total small business set-aside under NAICS code 238220, with a project magnitude of less than $25,000, and requires quotes to be submitted by December 23, 2025, at 10:00 AM local time. Interested contractors should contact Joshua King at 518-344-2511 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil for further details and to confirm participation in the pre-bid site visit held on December 17, 2025.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Grounds Maintenance Services Gerry NY
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-New Jersey, is seeking qualified contractors to provide grounds maintenance services at the Gerry USARC facility located in Gerry, New York. The procurement involves a non-personal services contract that requires the contractor to supply all necessary personnel, equipment, and materials to perform tasks such as mowing, edging, trimming, and lot clearing, ensuring the facility maintains a clean and professional appearance. This opportunity is crucial for supporting the 99th Readiness Division and maintaining the overall health of the facility's landscape. Interested small businesses must respond to this Sources Sought notice by January 6, 2026, at 11 AM EST, submitting their information via email to the designated contacts, Alyssa Hampton and Edward Sherwood.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    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.
    183 CES Paint Munitions Buildings 143 & 154
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 2025.