REPAIR AIRCRAFT FIRE TRAINING FACILITY HOMESTEAD AIR RESERVE BASE (HARB) FL
ID: FA664825R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6648 482 LSS LGCHOMESTEAD AFB, FL, 33039-1299, USA

NAICS

Industrial Building Construction (236210)

PSC

CONSTRUCTION OF OTHER INDUSTRIAL BUILDINGS (Y1EZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and upgrade of the Aircraft Fire Training Facility at Homestead Air Reserve Base (HARB) in Florida. The project involves comprehensive renovations, including the demolition of the existing facility, installation of new systems, and construction of a new two-story control tower, all while adhering to federal, state, and local regulations. This initiative is crucial for enhancing training capabilities for firefighting personnel, ensuring safety and operational standards are met during the construction process. Interested small businesses must submit their proposals electronically by June 26, 2025, at 5:00 PM EDT, and can direct inquiries to Sandy Guite at sandy.guite@us.af.mil or Viviane Filias at viviane.filias@us.af.mil. The estimated contract value ranges from $1 million to $5 million, with a performance period of approximately 180 days post-award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for the renovation of the Fire Training Facility at Homestead Air Reserve Base. It covers various phases, including demolition and installation, emphasizing adherence to environmental, safety, and regulatory standards. The contractor is responsible for managing all operations, ensuring qualified personnel oversee compliance with industry codes and standards. Key tasks include the installation of a new control tower, fire training platform, and associated utilities, while ensuring minimal disruption to ongoing base operations. The contractor must provide warranties for all work, dispose of materials according to environmental specifications, and conduct safety assessments prior to commencing work. The timeline for project completion is set at 180 days, with specific operational requirements for training periods. The contractor is required to submit design drawings and adhere to rigorous ecological protection protocols, including managing hazardous materials and ensuring proper waste disposal. This detailed scope emphasizes the importance of safety, compliance, and coordination within government construction projects, reflecting a commitment to sustainable practices and operational efficiency.
    The Statement of Work (SOW) outlines the requirements for repairing and upgrading the Fire Training Facility (Building 218) at Homestead Air Reserve Base, Florida. The contract encompasses demolition, installation of new systems, and ensuring compliance with federal, state, and local regulations. Key tasks include the complete replacement of training components, construction of a new two-story control tower, and enhancements to existing utilities while adhering to environmental protection specifications. The contractor must manage the project from start to finish, maintain safety protocols, and ensure minimal disruption to ongoing operations. Detailed installation instructions specify the use of durable materials resistant to corrosion and high temperatures, while preserving existing infrastructure quality. A performance period of 180 days is allotted for completion, including essential inspections and testing to certify functionality. The contractor is responsible for disposing of materials sustainably, maintaining site cleanliness, and reporting on hazardous materials as required. Additionally, the document emphasizes adherence to safety standards, environmental protection measures, and detailed submittal and approval processes for materials. This initiative illustrates the federal government's commitment to providing effective training for firefighters while ensuring safety and regulatory compliance during construction efforts.
    The document outlines the format and requirements for a Contract Progress Schedule, specifically the AF Form 3064. It is designed for contractors to report on their progress regarding federal projects, detailing the project's contract number, title, starting and completion dates, and work elements. Contractors are required to submit this form to the contracting officer, showing planned and actual progress of various work elements, with attention to accurate reporting for administration and potential payments. The instructions emphasize the importance of updating the schedule in the event of contract modifications and submitting progress reports through the AF Form 3065. This ensures effective tracking of project milestones and overall adherence to contractual obligations, reflecting the government’s commitment to transparency and accountability in federal contracts. The form includes guidelines for contractors to logically sequence tasks and demonstrate cumulative project progress over specified time periods.
    The document outlines a request form for background investigations, used primarily in relation to federal and state local RFPs (Request for Proposals). It collects essential personal information for multiple individuals, including last name, first name, date of birth, social security number, driver’s license details, state of issuance, and citizenship status. The purpose is to verify the identity and legitimacy of individuals involved in a project associated with a specific company and job site, which may require background checks for compliance and security reasons. Additional instructions indicate that it is for official use only, emphasizing the sensitivity of the data collected. The request, signed by a designated requester, is limited to a maximum duration of one year. This document is critical for ensuring that individuals engaged in sensitive roles meet necessary qualifications and legal requirements as stipulated in relevant governmental policies. Overall, the form serves as a structured approach to managing the vetting process across various governmental sectors.
    The document outlines the structure and requirements for a Past Performance Fact Sheet, which is part of federal government contracts, specifically under Request for Proposals (RFPs). It includes sections for contractors to provide critical information such as contract identification, customer agency details, and a description of work performed. Key elements include the contractor's name, contract number, type, period of performance, and dollar value comparisons. It asks for clarification on competitive bidding and details on the contractor's role, along with contact information and responsibilities of personnel involved. The purpose is to gather comprehensive past performance data from contractors to assist in source selection evaluations, ensuring that government agencies can assess contractors' qualifications effectively. By requesting this information, agencies aim to evaluate the relevance and success of prior projects, enhancing decision-making in awarding future contracts.
    The 482nd Contracting Squadron is seeking proposals for the replacement of the Aircraft Fire Training Facility at Homestead Air Reserve Base, Florida. This project involves demolishing the existing facility and constructing a new one, including installing new utility systems and an aircraft mock-up, with a budget range of $1M-$5M. Evaluating proposals will hinge on the offerors' past performance, necessitating feedback from organizations familiar with the contractors. The document enclosed contains a Past Performance Questionnaire (PPQ) that requires detailed information about past contracts, including performance ratings in technical requirements, schedule adherence, and management capabilities. The completed questionnaire must be submitted by June 2, 2025, via email to specified contacts and will form part of the official Source Selection records. The information provided will play a crucial role in ensuring a successful selection process, highlighting government reliance on past performance to ascertain the potential success of contractors in fulfilling project requirements.
    The document outlines the proposal delivery instructions for a government Request for Proposal (RFP) concerning a construction project. It emphasizes that strict adherence to submission guidelines is crucial to avoid disqualification. Proposals are to be submitted electronically to designated government email addresses or via DoD SAFE, with specific instructions for document organization into three main volumes: Price Proposal, Past Performance Fact Sheets, and Technical Proposal. Volume I requires detailed pricing information, while Volume II necessitates three Past Performance Fact Sheets relevant to the project scope. Volume III includes a Technical Proposal consisting of bonding requirements, compliance with NIST standards, project scheduling and methodology, and organization and personnel details. Each proposal must include a Past Performance Questionnaire sent to designated contacts for validation purposes. The overarching purpose of this document is to ensure that offerors clearly understand the requirements and procedures to submit a compliant proposal for this government project, reinforcing transparency in the federal procurement process while evaluating prospective contractors based on their capabilities and historical performance.
    The document serves as a guideline for the evaluation and award process in response to federal RFPs, highlighting that past performance will significantly outweigh price during selection. The evaluation process consists of three main factors: Price Evaluation, Technical Evaluation, and Past Performance. All proposals are ranked based on Total Evaluated Price (TEP), with the government analyzing price realism and fairness. The Technical Evaluation assesses proposals based on four critical subfactors: inclusion of bid bonds, compliance with NIST standards, adherence to project scheduling and methodology, and the qualification of personnel. Proposals must achieve "Acceptable" ratings in these subfactors to remain in contention. The Past Performance factor further refines selection by assessing recent, relevant performance data, focusing on the principal offeror's records over the past five years. Offerors with "Acceptable" past performance ratings will proceed, while those rated "Unacceptable" are eliminated from consideration. The document stresses that clarity in proposals and adherence to specified formats are crucial, with potential for awards made without discussions if necessary. The overarching goal is to achieve the best value for the government through a structured and objective evaluation process.
    The government file outlines inquiries and clarifications regarding a construction project involving Polu Kai Services, LLC and other vendors, concentrating on the establishment of a Fire Command design control tower and associated facilities. Key questions arise about site conditions, including the existence of PFAS contamination due to Aqueous Film Forming Foam use, availability of utility as-built drawings, geotechnical information, and warranty requirements for various systems. Contractors question specifics regarding material specifications, including stainless steel for above-ground piping and the pre-approval of brand names for fire protection systems. Furthermore, guidance is sought about structural calculations, environmental compliance, and integration of control systems. Responses indicate a lack of available as-built drawings and geotechnical reports, confirming various responsibilities fall to contractors, including utility verification and ensuring adherence to safety regulations. The document emphasizes the importance of manufacturer warranties and specifications compliance while highlighting the project's complexities, focusing on rigorous coordination and adherence to environmental and construction standards throughout the project lifecycle. Ultimately, this document serves as a crucial reference for contractors engaging in the project, ensuring clarity on requirements and expectations within a government procurement context.
    The document outlines the questions and clarifications requested by various vendors regarding a government Request for Proposal (RFP) for construction and upgrades related to fire training facilities. Key inquiries include specifications about site maps, materials used, environmental considerations including potential PFAS contamination, and required past performance documentation for contractors. Vendors seeking clarification on scope details, including the design specifics of approach ramps, burn room liners, and control systems must adhere to the stipulated service conditions and timelines outlined in the Statement of Work (SOW). The responses provided by the government confirm essential requirements, warranty expectations, and safety measures related to construction and utilities. The document emphasizes the need for compliance with existing regulations and specifications while navigating potential challenges in project execution, such as construction under operational conditions and the integration of new systems with existing infrastructure. This comprehensive exchange captures the critical elements influencing bid preparation, ensuring contractors align with governmental standards in their proposals.
    The document outlines the operation and maintenance instructions for the Aircraft Fire Training Facility (AFTF), issued by the Air Force on 25 June 2013, with updates integrated as of 6 February 2015. It emphasizes the facilities' design to simulate live fire training safely while maintaining operational standards. The manual includes comprehensive safety instructions and regulations aligned with the National Fire Protection Association (NFPA) standards. Key sections cover personnel safety, maintenance procedures, components reporting, and general operational practices, underscoring the necessity for authorized certification of fire department personnel who interact with the facility. Detailed lists outline specialized tools, test equipment, and consumables necessary for facility operations, alongside guidelines for modifications and use of commercial-off-the-shelf systems. Overall, the document serves as a crucial resource intended to ensure the safe and effective training of firefighting personnel through structured operational protocols and safety regulations in compliance with federal standards.
    The Unified Facilities Criteria (UFC) document UFC 3-230-02 establishes guidelines for the operation and maintenance of water supply systems at military installations. It updates and replaces the previous version from July 2001, ensuring compliance with contemporary regulations such as the America’s Water Infrastructure Act. The document serves as a practical manual for Department of Defense (DoD) staff, detailing best practices for maintaining potable water systems fit for human consumption, including water sourcing, treatment, and distribution. Key features include emergency planning and risk management strategies addressing natural and manmade disasters, ensuring water quality management, and adherence to environmental regulations. The criteria emphasize the importance of certified personnel, ongoing training, and rigorous documentation for operational integrity. It also mandates compliance with both federal and state water quality standards, enhancing operational consistency and public health protection. This UFC is integral for DoD projects, intending to standardize practices that maximize system efficiency and safety across various military and civilian contexts.
    The Unified Facilities Criteria (UFC) 3-250-01 outlines the specifications for pavement design for roads and parking areas under the jurisdiction of the Department of Defense (DoD). This document serves as the standard guide for military and contractor personnel involved in the planning, design, and construction of DoD facility pavements worldwide. Key updates include clearer guidelines on the use of State pavement design procedures and mandatory utilization of the Pavement-Transportation Computer Assisted Structural Engineering (PCASE) program for specific military vehicles. The UFC emphasizes the importance of detailed preliminary soil investigations to ensure suitable subgrade conditions and outlines the selection criteria for rigid and flexible pavements, focusing on load capacities and traffic impact. It asserts that pavement design must consider the vehicle types, soil strength, and anticipated traffic loads over a 25-year lifespan. Overall, this UFC provides a consolidated, efficient approach to pavement design by integrating various existing documents into a single guideline, aimed at improving consistency and reducing maintenance costs for military construction. This document's insights are critical for understanding procurement processes linked to RFPs and grants in federal and state construction projects.
    The document UFC 3-250-03 outlines the Unified Facilities Criteria (UFC) for the preparation of drawings and specifications related to flexible pavements composed of asphalt cement materials, applicable primarily to military construction under the Department of Defense (DoD). It provides comprehensive guidance on materials, mix design procedures, and construction practices for road and airfield pavements, emphasizing the importance of using modern technologies and practices to ensure durability and cost-effectiveness. Key sections detail the advantages of hot-mix asphalt (HMA), which includes its quick setting time and effective load distribution properties. The UFC specifies equipment and procedures for asphalt production, covering both batch and drum mix plants, as well as placement equipment to ensure quality control during the construction process. Safety considerations emphasize preventing hydroplaning through surface design and material choices. The document is structured into several chapters that address topics such as types of asphalt mixtures, properties of materials, uses of various asphalt mixes, equipment, application techniques, and maintenance practices. Overall, UFC 3-250-03 serves as an essential guideline to ensure high-performance pavement systems for airfields and roads, aligning with the goals of efficient construction and longevity in military settings.
    The document outlines the Unified Facilities Guide Specifications (UFGS) for fluid-applied waterproofing systems, specifically designed for building decks constructed over occupied areas. It provides detailed guidance on references, submittal requirements, products to be used, and execution methods, focusing on ensuring water resistance and durability. Key components covered include fluid-applied membranes, primers, sealants, and insulation materials, all crucial for maintaining the integrity of waterproofing applications. The specification emphasizes preparation steps, including surface cleaning, flashing details, and special precautions to be taken during application. It also outlines quality control measures such as moisture testing and film thickness measurement, ensuring that the installation meets government standards. Warranty conditions for both the roof membrane and the installer are specified, reinforcing long-term reliability and accountability. This UFGS is critical for contractors involved in public building projects, ensuring adherence to federal and state RFP requirements by promoting effective waterproofing techniques that align with safety and regulatory frameworks. Ultimately, the document serves as a technical guide to ensure the successful application and maintenance of waterproofing systems in various construction scenarios.
    The document outlines the Schedule of Material Submittals for the Repair Fire Training Facility B218 under Solicitation/Contract Number FA664825R0004. It serves as a checklist for required submissions by the contractor to the project engineer and contract administrator. Key categories include preconstruction submittals, shop drawings, product data, test reports, and closeout submittals. Items submitted for approval encompass a variety of needs such as plans for waste management, safety, and instructional data for new installations, including plumbing, electrical systems, and fire safety equipment. The form records submission dates, approval status, and remarks for each line item. The detailed tracking of submission requirements is crucial for maintaining project timelines and ensuring compliance with regulatory standards. This document illustrates the structured approach necessary in federal and state contracting, emphasizing accountability and thorough documentation throughout the project lifecycle.
    The document is a construction cost estimate breakdown for a project within the framework of federal and local government RFPs and grants. It includes details such as the project date, location, estimating company, and personnel involved in the preparation and verification of the estimate. The structure breaks down projected costs based on labor, materials, equipment, and other categories for various items and their respective quantities. The estimate lists the units of measurement and cost calculations for each item, leading to a subtotal for labor and materials, followed by additional considerations for subcontractor overhead, profit, and state sales tax, culminating in a total projected cost. However, placeholders and references like "#REF!" are present in the file, suggesting incomplete data or areas needing further input. Overall, this document serves as a financial outline to guide budget considerations for a government-related construction project, ensuring all aspects of costs are accounted for and enabling stakeholders to assess feasibility and resource allocation effectively. The meticulous compilation of costs is essential in the context of compliance with governmental procurement and funding standards.
    This government solicitation, FA664825R0004, is for a Firm-Fixed-Price construction contract for the repair and upgrade of the Aircraft Fire Training Facility at Homestead Air Reserve Base, Florida. This competitive bidding opportunity is set aside for small businesses, with the project budget estimated between $1,000,000 and $5,000,000. Contractors must promptly acknowledge the solicitation and adhere to specific proposal submission guidelines detailed in the document. Key requirements include the provision of necessary performance and payment bonds and compliance with various Federal Acquisition Regulation (FAR) clauses tied to labor standards, materials sourcing, and worker rights. The contractor is expected to replace outdated components of the aircraft live fire system, upgrade control and safety systems, and maintain safety and operational standards during project execution. Proposals are subject to a public opening at the designated date, and a pre-proposal site visit is mandatory. This solicitation underscores the government's commitment to enhancing training facilities while promoting small business participation in federal contracting opportunities.
    This document is an amendment to a solicitation regarding the modification of a federal contract. It extends the deadline for offer submissions from June 5, 2025, to June 23, 2025, at 11:00 AM EDT. The amendment outlines several key updates: it includes a revised Statement of Work (SOW) as Attachment #1, additional consolidated Requests for Information (RFIs) with responses, site visit photographs, and a sign-in sheet for attendees. Contractors are required to acknowledge receipt of this amendment in their submissions, which may lead to rejection if not done by the specified due date. The amendment itself does not change any remaining terms and conditions of the original solicitation, ensuring that all other elements remain intact. This document is typical within the context of federal RFP processes, facilitating updates and modifications to ensure clarity and compliance among all parties involved in the contracting process.
    The document serves as an amendment to a solicitation, extending the deadline for offers related to a federal contract. It specifies that the submission deadline is moved from June 23, 2025, to June 26, 2025, at 5:00 PM EDT. Offerors are required to acknowledge receipt of this amendment through specified methods to avoid rejection of their submissions. The amendment maintains all existing terms and conditions of the original solicitation aside from the specified changes. Additionally, it outlines the requirements for contractors regarding acknowledgment, potential changes to offers, and administrative modifications. The document is formally signed by both the contractor and the contracting officer, signifying compliance and agreement with the outlined modifications. This process adheres to the standards and regulations governing federal solicitations and contracts, ensuring proper communication and administrative procedures within government contracting. Overall, this amendment reflects the structured approach necessary for federal procurement processes.
    Lifecycle
    Similar Opportunities
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    Hangar 3211 Fire Suppression Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    Maine Air National Guard Fuel Cell Hangar Construction
    Buyer not available
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.