This Statement of Work (SOW) outlines the requirements for constructing a loading dock and dock leveler at Tinker Air Force Base (AFB), Oklahoma. The project, WWYK210364, involves design/engineering services, materials, labor, and equipment for a complete, operational system. Key personnel roles, including Project Manager, Design Project Manager, Quality Control Manager, Site Safety and Health Officer, and Project Superintendent, are detailed with specific experience requirements. The SOW emphasizes strict adherence to quality control, health and safety regulations (including OSHA VPP and mishap reporting), and environmental compliance. It specifies requirements for documentation, design/construction schedules, progress reporting, and design submittals at 35%, 65%, 95%, and 100% completion. The project also covers civil, architectural, and structural demolition and construction, with particular attention to spill containment, egress pathways, and adherence to various UFCs and Tinker AFB facility standards. The facility will remain occupied during construction, and the contractor must coordinate work to minimize disruption.
The document outlines the construction of a loading dock and dock leveler at Building B3113, Tinker Air Force Base, Oklahoma (Project WWYK210364). It includes general construction notes, civil engineering specifications, and architectural plans. Key requirements involve the contractor verifying existing conditions, locating underground utilities, protecting storm water inlets, and disposing of removed materials off-base. The project mandates the demolition of existing concrete pavement within the loading dock area, installation of a new trench drain system connected to the stormwater line, and erection of protective steel guardrails around existing switch gear. The new loading dock area will be striped, and the platform must withstand 6K forklift loads. Erosion and sediment control measures are required, and any damage to existing facilities must be repaired by the contractor at no additional cost to the government. The document also provides a vicinity map, civil symbols, legends, and abbreviations relevant to the construction plans, emphasizing adherence to minimum quality standards and the submission of alternative materials for approval.
The “Design Narrative_v3” document outlines the construction and installation of a loading dock with a dock leveler at Building 3113 on Tinker Air Force Base, Oklahoma. The project, identified as WWYK210364, aims to facilitate safe loading and offloading of various products, including hazardous chemicals. Key aspects include replacing existing concrete pavement, improving drainage with a trench drain system, and installing protective bollards and guardrails. Architectural elements involve constructing stairs with railings, providing a manually operated dock leveler, and implementing a recessed spill containment system. Structurally, the project requires new foundations and superstructure designed to support storage, staging, and 6K forklift traffic, adhering to various building codes and standards such as IBC, UFC, ACI, and AISC. The document emphasizes safety, spill prevention, and compliance with military and federal regulations.
The document is a submittal register for the Tinker AFB General Requirements Specification (Div 00-01), specifically for the WWYK210364 project to Construct a Loading Dock & Dock Leveler at B3113. It outlines a comprehensive list of required submittals, categorized by activity number and specification section, detailing various items such as preconstruction submittals, test reports, certificates, product data, design data, manufacturer's instructions, operation and maintenance data, and closeout submittals. Key requirements include baseline construction and design schedules within 10 days of Notice to Proceed (NTP), monthly updates during construction, and specific plans for storm water pollution, spray painting, and construction debris. Environmental compliance, safety protocols, and quality control documentation are emphasized, with many items requiring government review. The register also specifies delivery formats and timelines for certain submittals, such as electronic and hard copies for operation and maintenance manuals and as-built drawings, and training plans to be submitted prior to final inspection and training sessions.
The Recovered Materials Determination Form (RMDF) User's Guide outlines procedures for federal procurement actions involving environmentally preferable purchasing (EPP) and recovered materials. The RMDF identifies items from the Comprehensive Procurement Guidelines (CPG), biobased, Energy Star, or FEMP Low Standby Power programs, documenting applicable exemptions. Contractors and CE Operations personnel are responsible for completing the RMDF, which becomes part of the purchasing or contracting file. The form must be signed by individuals with technical knowledge of the products or services being procured. The specific procurement action (Project # WWYK210364) involves constructing a loading dock and dock leveler, with EPA-designated items including printing and writing papers and coal fly ash in cement and concrete. The form confirms that EPA recycled-content requirements have been met for this procurement action.
The document outlines the assessment of liquidated damages for project WWYK210364, “Construct Loading Dock & Dock Leveler, B3113.” In accordance with FAR 36.206 and DFARS 236.206, a daily charge of $227.75 will be assessed for each calendar day of delay in completing the work. This rate is based on the contractor's complete control over the work pace, the contract's provision for liquidated damages, and the reasonableness of the assessment rate. The total daily liquidated damages are calculated from both engineering and government personnel costs. The engineering costs include salaries for an Engineering Manager, Project Manager, Engineering Tech/Inspector, Project Engineers, and Clerical staff, totaling $122.36 per day. Government costs cover FAS (GS-12/5), Legal (GS-13/5), and Contracting (GS-12/5) personnel, amounting to $105.39 per day. The document is signed by Sara Muse, Contracting Officer, and dated 2025.09.08.
The government solicitation FA813725R0051 for the WWYK210364 Construction Loading Dock & Dock Leveler project addresses key clarifications and requirements through RFI responses. The government agreed to a 65%, 95%, and 100% IFC design package, skipping the 35% design. The loading dock must have a concrete deck with a curb, while the supporting structure can be steel or concrete, with provided access to drainage. A DOCKZILLA Scissor Lift with vehicle restraint is specified as the basis of design for the dock leveler. Dewatering for excavation or contaminated soil must go to the Industrial Treatment Wastewater Plant, but clean rainwater is exempt unless contaminated. Excavated material testing and disposal of confirmed contaminants will be handled as a differing site condition. Surface-mounted protective steel guard rails are permissible if structurally sound. The containment basin requires a 500-gallon volume. Paving repairs are limited to the work area and sections within 5 feet to ensure proper drainage. The existing storm inlet and weep holes in the retaining wall must remain with provided access.
This document outlines a Request for Proposal (RFP) for the construction of a loading dock and dock leveler at Building 3113, Tinker AFB, Oklahoma. The project, estimated between $1,000,000.00 and $5,000,000.00, requires furnishing all necessary plant, labor, tools, transportation, equipment, and materials (excluding government-furnished items). The contractor must commence work within 10 calendar days of receiving the notice to proceed and complete it within 465 calendar days. The solicitation includes clauses for electronic payment via Wide Area WorkFlow (WAWF), Buy American Act compliance for construction materials, and provisions for liquidated damages of $227.75 per day for delays. Progress payments are detailed, and a value engineering clause encourages cost-saving proposals. This 100% small business set-aside contract emphasizes adherence to federal acquisition regulations and timely performance.
This government file, an amendment to solicitation FA813725R0051, primarily extends the proposal due date for a contract. Originally set for October 27, 2025, at 4:00 PM CDT, the new deadline is November 12, 2025, at 2:00 PM CST. All other terms and conditions of the solicitation remain unchanged. The document also outlines the procedures for acknowledging receipt of the amendment and for modifying previously submitted offers, emphasizing that all communications must be received by the specified new deadline. This amendment is crucial for potential contractors to ensure their offers are submitted on time and in accordance with the updated schedule.
Amendment 1 to solicitation FA813725R0051 extends the proposal due date to November 25, 2025, at 2:00 PM CST. This amendment also includes responses to Requests for Information (RFIs) and attaches the correct wage determination for Oklahoma County, replacing the previously attached one for Comanche County. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.