B241 Remediation Project (Abatement and Window Replacement) Travis AFB, CA
ID: FA442725R0021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

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 B241 Remediation Project at Travis Air Force Base, California, which includes abatement and window replacement. The project entails the complete demolition and removal of hazardous materials, including lead-based paint and asbestos, as well as the replacement of 44 windows in Building 241. This work is critical for ensuring the safety and compliance of the facility with environmental regulations, and it is set aside exclusively for small businesses, with an estimated construction value between $250,000 and $500,000. Interested contractors must submit their proposals electronically by August 13, 2025, and can direct inquiries to Karly Zamiar at karly.zamiar@us.af.mil or Christina Johnson at christina.johnson.32@us.af.mil.

    Files
    Title
    Posted
    The FA442725R0021 - B241 Renovation RFIs document addresses contractor questions regarding a renovation project, primarily focusing on demolition, abatement, and removal scopes. Key clarifications include the 100% removal of ceiling tiles and mastic, and comprehensive lead abatement on concrete and drywall surfaces. The scope is limited to abatement, demolition, and removal, with no reinstallation of flooring, HVAC, electrical, or communication infrastructure. Exterior paint removal, exterior mechanical equipment, and concrete step removal are excluded. The project requires the removal and replacement of window frames and disposal of server racks and a water fountain. Utilities in Area 3 and an overhead waterline in Area 4 are to be removed and capped. Doors and partition walls will not be demolished. As-built drawings will be provided, and working hours outside normal operations require government approval. The contractor is to match existing color palettes and styles for new installations.
    The document, FA442725R0021 - B241 Renovation RFIs, addresses various questions and answers related to the renovation project in Building 241, Bay B. The project primarily focuses on abatement, demolition, and removal of existing structures and hazardous materials like lead and asbestos. Key aspects include 100% removal of ceiling tiles and mastic, complete removal of lead-based paint where identified, and demolition of existing windows for replacement with new ones. The scope of work is limited to demolition and removal, excluding reinstallation of flooring, HVAC systems, or communication infrastructure. As-built drawings can be requested via email. Exterior work is generally excluded, with a focus on interior demolition. The contractor is responsible for waste sampling and analysis. Electronic submission of bids is required, and technical acceptability is based on a Course of Action conforming to the Statement of Work and a proposed schedule.
    The document addresses a series of Requests for Information (RFIs) related to the renovation of Building 241, specifically focusing on abatement and demolition procedures. Key topics include the removal of ceiling tiles, mastic, lead-based coatings, and various utilities cited in the Scope of Work (SOW). The contractor’s responsibilities are primarily limited to abatement, demolition, and removal, with no reinstallation of systems post-demolition involved. Concerns regarding power sourcing, testing, and specific demolition tasks like door and wall removals are elucidated, confirming that much of the existing infrastructure will remain in place unless specified otherwise. Additional questions cover existing architectural documentation, operational time constraints, and material specifications for new installations. The responses clarify project boundaries, emphasizing the importance of compliance with safety standards and minimizing disruption during renovations. Overall, the document serves as a guide for contractors engaged in the abatement project, ensuring understanding and adherence to prescribed protocols while facilitating effective project execution.
    The document is a federal Request for Proposal (RFP) FA442725R0021, titled "PKA - B241 Renovation," issued by the US Air Force. It seeks a Firm-Fixed Price, 100% Small Business Set-Aside contractor for renovation work on Building 241, with a construction magnitude between $250,000 and $500,000. Key dates include a solicitation issue date of July 8, 2025, a deadline for questions on July 18, 2025, and offers due by July 28, 2025, at 10:00 AM local time. The contractor must begin work within 10 calendar days of receiving notice to proceed and complete it within 30 calendar days. The RFP outlines proposal submission instructions (Section L) and the basis for award (Section M), emphasizing electronic payment via Wide Area WorkFlow (WAWF). It incorporates numerous FAR and DFARS clauses by reference and full text, covering areas such as small business subcontracting limitations (85% for general construction), Buy American provisions for construction materials, fixed-price payment terms, and value engineering. Points of contact are Karly Zamiar (Contract Specialist) and Christina Johnson (Contracting Officer), with all correspondence to be emailed to both.
    This government Request for Proposal (RFP) (FA442725R00210001) is a 100% Small Business Set-Aside for the PKA - B241 Renovation project at Travis AFB, CA, with an estimated construction magnitude between $250,000 and $500,000. The project requires the contractor to commence work within 10 calendar days of receiving notice to proceed and complete it within 30 calendar days. Key provisions include the use of Wide Area WorkFlow (WAWF) for electronic payment and receiving reports, adherence to Buy American—Construction Materials clause requirements (FAR 52.225-9), and limitations on subcontracting for general construction (not exceeding 85% of the amount paid by the Government, excluding material costs, to non-similarly situated entities). The RFP also details requirements for progress payments, contractor certification, retainage, and includes standard FAR and DFARS clauses by reference and full text. All questions must be submitted via email by July 18, 2025.
    This government file is an amendment to Solicitation Number FA442725R0021, identified as amendment number 0003, with an effective date of July 25, 2025. The primary purpose of this amendment is to extend the deadline for offer submissions. The original response due date of August 1, 2025, has been extended to August 13, 2025. Offerors must acknowledge receipt of this amendment by completing specified items on the form, acknowledging it on their offer copies, or by separate communication, ensuring it is received before the new deadline to avoid rejection of their offer. This document also outlines the procedures for modifying existing offers in light of this amendment. It emphasizes that all other terms and conditions of the original solicitation remain unchanged.
    This document is Amendment/Modification 0004 to Solicitation Number FA442725R0021, dated July 25, 2025, issued by FA4427 60 CONS LGC, Travis AFB, CA. The purpose of this amendment is to update the Statement of Work (SOW) related to the renovation of Building 241, specifically for abatement and windows. It extends the offer receipt deadline, and offers must acknowledge receipt of this amendment. The amendment adds attachments, including "FA442725R0021 - B241 Renovation RFIs 2" and an updated SOW for Bldg 241 Abatement and Windows dated August 4, 2025, while deleting the previous SOW dated June 30, 2025. All other terms and conditions of the original solicitation remain unchanged.
    The solicitation FA442725R0021 outlines a federal project for the renovation of Building 241 at Travis AFB, CA, identifying it as a Firm-Fixed Price contract set aside 100% for small businesses. Proposals must be submitted by July 28, 2025, with the deadline for questions set for July 18, 2025. The expected construction cost ranges between $250,000 and $500,000. Bids must include performance and payment bonds, with a stipulated timeframe for contract completion and delivery, including specific inspection and acceptance criteria. The project emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses, particularly regarding worker safety, labor standards, and the Buy American Act. Contractors must maintain project transparency, particularly regarding subcontractor engagements and payments. The solicitation encourages the submission of value engineering change proposals to foster cost savings without compromising quality. Overall, this document details the framework for achieving enhanced facility standards while adhering to regulatory requirements, reflecting the government's commitment to bolstering infrastructure through small business participation.
    The document outlines a federal Request for Proposal (RFP) for the renovation of Building 241 at Travis Air Force Base, specifically targeting small business contractors. It emphasizes a Firm-Fixed Price contract, with a project magnitude estimated between $250,000 and $500,000. The contractor is required to provide performance and payment bonds and must begin work within a specified period, adhering to detailed work requirements and clauses outlined in the solicitation. Proposals must be submitted in sealed bids, and all questions regarding the RFP must be directed via email, with a specified deadline for inquiries. The acquisition is explicitly set aside for small businesses, with guidelines provided for preparing and submitting proposals, including the necessity for compliance with various Federal Acquisition Regulations (FAR). Key elements include requirements for safety, inspection and acceptance procedures for construction, and stipulations for the use of domestic materials under the Buy American Act. Additionally, the contract includes clauses on payment procedures, progress payments, and the importance of timely execution to facilitate potential governmental payments. This initiative reflects the government’s commitment to fostering small business participation in public sector projects while ensuring compliance with federal regulations and standards.
    This document is an amendment to a government solicitation, specifically aimed at extending the deadline for submissions. The amendment specifies that offers must acknowledge receipt of this amendment by various means, including returning copies or by electronic communication. Additionally, it mentions that changes to previously submitted offers can be made before the new deadline, provided they reference the solicitation and amendment numbers. The amendment alters the response due date from August 1, 2025, to August 13, 2025. The contracting officer and contractor are required to sign the document, confirming the extension. Overall, the primary purpose of this amendment is to provide updated instructions and clarify responsibilities concerning the submission of offers, while ensuring all other original terms and conditions of the solicitation remain unchanged. This reflects standard procedures followed in federal and state-level Request for Proposals (RFPs) to maintain clarity and compliance in the procurement process.
    The Statement of Work outlines the BLDG 241 Remediation Project at Travis Air Force Base, CA, focusing on asbestos and lead abatement, and window replacement. The project requires the contractor to supply all materials, equipment, and labor for the demolition and removal of structures, materials, and components containing lead-based paint and asbestos, including flooring, HVAC systems, communication/electrical conduits, lights, and panels. All hazardous materials must be properly contained, removed, and disposed of in compliance with EPA, OSHA, and local regulations. The scope also includes the abatement of lead-based paint on walls and door frames, and the removal of all other items in affected areas. Notably, new drywall will not be installed, and contaminated materials must be recycled. The project also involves replacing 44 windows in Bldg. 241 Bay B with new bronze-colored aluminum-framed, insulated-glass sliding windows. The contractor is solely responsible for compliance with all federal, state, and local health, safety, and hazardous waste requirements, including providing a hazardous waste management plan and a Health and Safety Plan if friable asbestos is encountered. All work must be performed by certified asbestos workers, with daily cleanup and proper storage of materials. The contractor is responsible for all associated costs, including material shipment and disposal.
    This Statement of Work (SOW) outlines the requirements for the BLDG 241 Remediation Project at Travis Air Force Base, CA, focusing on asbestos/lead abatement and window replacement. The project involves complete demolition and removal of existing flooring, HVAC systems, and electrical components, along with the abatement and removal of lead-based paint and other contaminated materials. All asbestos removal must be performed by certified workers in compliance with BAAQMD regulations, including notification and permitting. The contractor is also responsible for lead abatement and replacement of 44 windows with new, insulated, bronze-colored aluminum frames. Strict adherence to federal, state, and local health, safety, and hazardous waste regulations is mandated, requiring a hazardous waste management plan and a Health and Safety Plan if friable asbestos is encountered. The contractor is responsible for all material, equipment, labor, and disposal of waste, coordinating with Maintenance Engineering and ensuring minimal disruption to facility occupants. The period of performance for all work orders is 30 days after delivery of the contract.
    The BLDG 241 Remediation Project at Travis Air Force Base involves comprehensive asbestos and lead abatement, along with the replacement of 44 windows. The contractor is required to provide all necessary materials, labor, and equipment while adhering to strict safety and regulatory standards governing hazardous materials. Key responsibilities include demolishing existing flooring, HVAC systems, and removing contaminated materials, ensuring they are recycled appropriately and not sent to landfills. Special attention must be paid to compliance with federal, state, and local regulations, including the handling and disposal of hazardous waste under the oversight of the Bay Area Air Quality Management District. The work must be completed within a thirty-day timeframe following contract approval, with operations limited to weekdays and cleanliness maintained throughout. The contractor must also coordinate operations to minimize disruption to facility occupants and is responsible for managing hazardous waste with an approved plan and permits. A robust Health and Safety Plan certified by a professional is mandatory, particularly if unexpected hazardous materials are encountered. The overarching goal of the project is to improve safety and health conditions within the base, highlighting the government's commitment to environmental and employee safety standards during renovations.
    This document outlines comprehensive security requirements for contractors accessing Travis Air Force Base, effective June 2024, superseding April 2021 guidelines. It mandates identity proofing, vetting, and adherence to installation entry requirements, including NCIC and CLETS checks, unless a verifiable government security clearance exists. The primary contractor is responsible for ensuring all personnel possess proper work credentials, are legally authorized to work in the U.S., and comply with Real ID Act standards. The document details acceptable forms of identification, disqualifying factors for base access, and contractor responsibilities regarding pass management, reporting status changes, and adherence to security protocols. It also covers procedures for obtaining and managing base passes, restricted area badges, and outlines training requirements for information protection, antiterrorism, and operations security (OPSEC). Sub-contractors and unbadged personnel require escorts. The base implements increased security measures during heightened Force Protection Conditions (FPCONs).
    This document outlines the security requirements for contractors seeking access to Travis Air Force Base, a closed installation. Contractors must undergo identity proofing and vetting, which includes checks through the National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS). Acceptable identification includes various official documents like U.S. passports and state-issued driver's licenses, compliant with the REAL ID Act of 2005. Disqualifying factors for base access include known terrorism links, significant criminal history, and previous barring from federal installations. The primary contractor is responsible for ensuring compliance with all entry requirements and must coordinate with the 60th Contracting Squadron for base passes. Contractors must carry their identification and passes at all times and report any changes in their status to the base authority. Additional measures, including security training and adherence to Operational Security (OPSEC) protocols, are mandated to ensure a secure environment. This document serves as a crucial reference for contractors regarding compliance and access protocols as part of federal contracting efforts.
    The Travis AFB, CA government file, dated September 16, 2024, outlines comprehensive general requirements for contractors undertaking projects on the base. It covers demolition, excavation, utility outages (electrical and water), and site management, including contractor storage, security, and office setups. Key operational guidelines address working hours, stringent fire prevention rules, and detailed submittal and review processes. The document also specifies requirements for trade names, site protection, maintenance, and adherence to various specifications and base regulations. Crucially, it details procedures for final inspections, progress reporting, flightline access, equipment documentation, and the creation of as-built drawings. Significant emphasis is placed on environmental management, including pest control, and the rigorous handling, containment, and disposal of lead-based paint and asbestos-containing materials, ensuring strict compliance with federal, state, and local regulations.
    American Compliance Services, LTD (ACS) conducted a limited asbestos and lead survey in Building 241, Bay B, at Travis Air Force Base on March 31, 2025. The survey aimed to identify asbestos and lead in flooring, wall, and ceiling materials before disturbance. Asbestos was found in 9x9 black and gray vinyl floor tiles (5% Chrysotile asbestos), covering an estimated 2,885 square feet. Lead-based paint was detected in concrete walls (19,000 ppm), door trim (7,800 ppm), and windows (6,500-91,000 ppm). Window putty and green ceramic tile also contained lead, necessitating specific disposal protocols if they become waste. The report emphasizes strict adherence to EPA, Cal/OSHA, and other state and local regulations for abatement, handling, and disposal of these hazardous materials, including requirements for permits, licenses, and notifications. The survey methods included Polarized Light Microscopy (PLM) for asbestos and Flame Atomic Absorption Spectrophotometer (FLAA) for lead analysis.
    This government document outlines the specifications and requirements for construction projects at Travis Air Force Base, CA, issued on September 16, 2024. It encompasses general requirements including demolition, excavation, utility management, and fire safety protocols. Key details include the contractor's responsibilities for all related costs, ensuring minimal disruption during work, and adherence to safety measures regarding lead paint and asbestos removal. The document mandates compliance with environmental regulations, pest management, and quality control procedures, specifically addressing the management of hazardous materials. Contractors must prepare various submissions, including health and safety plans and as-built drawings that accurately represent completed work. Important logistics such as working hours, site security, contractor communication, and final inspection processes are also specified. This comprehensive guideline ensures safety, regulatory compliance, and efficient execution of projects on the airbase.
    American Compliance Services, LTD (ACS) performed a limited asbestos and lead survey at Building 241, Bay B, Travis Air Force Base, on March 31, 2025. The purpose was to assess flooring, wall, and ceiling materials for the presence of lead and asbestos prior to any intended disturbances. The report presents detailed findings, confirming asbestos in the vinyl floor tiles and significant levels of lead in various paint samples, notably 91,000 ppm in brown paint on windows, greatly exceeding the EPA limit of 5,000 ppm. The report outlines necessary regulations and compliance requirements for abatement, emphasizing notification procedures to Cal-OSHA and the local air quality management district. The methods of sampling and analysis adhere to EPA and California Division of Occupational Safety and Health standards. The findings necessitate strict safety protocols during any remediation activities, ensuring that hazardous materials are handled according to federal and state regulations to protect workers and the environment. This assessment is crucial for guiding future construction efforts, highlighting the need for expert oversight in hazardous material management.
    The document outlines various government contracting opportunities, likely Requests for Proposals (RFPs) or similar solicitations, focusing on a range of services and products. It includes detailed tables and text sections that appear to specify requirements, deliverables, and potentially pricing or evaluation criteria. While the content is heavily formatted with symbols and abbreviations, it repeatedly references "contracting" and "services," suggesting a procurement focus. The document also includes sections on "financial management" and "logistics," indicating a need for support in these areas. The repeated patterns and numerical sequences within the tables likely represent specific line items, quantities, or financial allocations for the described services.
    The document appears to be a composite of various sections related to government Request for Proposals (RFPs), federal grants, and potential contracting guidelines at both federal and local levels. It includes a range of topics but primarily emphasizes compliance requirements, procedural standards, and expectations for submissions. Key points involve strict adherence to technical and operational guidelines, emphasizing the importance of maintenance, safety protocols, and fiscal accountability in project execution. Further discussions indicate the significance of collaboration among contractors and governmental entities, particularly in maintaining compliance across different regulatory frameworks. The document underscores the importance of addressing the safety and environmental implications of projects, particularly in contexts involving hazardous materials or sensitive areas. Overall, the document serves as a guide for contractors seeking to navigate the complexities of submitting proposals for government projects, stressing adherence to stipulated requirements to enhance the chances of successful funding or contract acquisition.
    Lifecycle
    Similar Opportunities
    Demo B6119
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. This project involves the complete demolition of the structure, including the removal of various materials such as concrete slabs, HVAC units, and asbestos-containing materials, with strict adherence to safety and environmental regulations. The successful contractor will be responsible for all aspects of the demolition, including site restoration and compliance with federal, state, and local standards. Interested parties should note that the deadline for quote submissions is December 12, 2025, by 12:00 p.m. (CST), and must direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    Z--SRF Building Asbestos Abatement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    DSCR Building 98 Paint Stripping
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for a lead paint stripping project at Building 98 in Richmond, Virginia, specifically targeting the removal of hazardous lead paint from ceiling surfaces. The contractor will be required to perform mechanical paint removal, ensure proper disposal of hazardous materials, and conduct third-party clearance testing, with a focus on maintaining safety and compliance with federal regulations. This project is critical for mitigating biohazard risks and preventing production disruptions due to peeling paint. Interested small businesses must submit their quotes by December 12, 2025, and are encouraged to attend a site visit on December 2, 2025, with all inquiries directed to Brandon Jump at brandon.jump@dla.mil.
    Dorm 742 Renovation
    Buyer not available
    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.
    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.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking contractors to remodel treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires comprehensive facility modifications, including architectural, structural, and electrical engineering design, as well as the installation of shielding and various construction tasks, all to be completed within a 90-day performance period following contract signing. This procurement is crucial for enhancing medical imaging capabilities at the facility, ensuring compliance with safety standards and operational efficiency. Proposals are due by 10:00 AM PST on December 15, 2025, with a site visit scheduled for December 2, 2025; interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    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.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.