TINKER AFB MAC BOA WWYK210364 Construct Loading Dock & Dock Leveler, B3113
ID: WWYK210364Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8137 AFSC PZIOCTINKER AFB, OK, 73145-9125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)
Timeline
    Description

    The Department of Defense, through the Air Force, is soliciting proposals from qualified contractors for the construction of a loading dock and dock leveler at Tinker Air Force Base, Oklahoma, under project WWYK210364. This project, estimated to cost between $1,000,000 and $5,000,000, involves comprehensive construction services, including the installation of a concrete deck, drainage systems, and safety features to facilitate the loading and unloading of various products, including hazardous materials. The contract is set aside for small businesses, with a proposal due date extended to November 25, 2025, at 2:00 PM CST, and interested parties must RSVP for an initial site visit by September 15, 2025. For further inquiries, contractors can contact Sara Hinds at sara.hinds.2@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Similar Opportunities
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This procurement is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period starting in April 2026 and extending through March 2033. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut via email, and proposals must be submitted electronically by the specified deadline.
    Service Repair for Sciaky Spot Welder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@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.
    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.
    Counterbalance Walkie Stackers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified vendors to supply two Counterbalance Walkie Stackers with Chargers for Tinker Air Force Base in Oklahoma. The stackers must meet specific requirements, including a minimum height of 169 inches, a raised height of 188 inches, and a weight capacity of 3,500 lbs, along with features such as a 3-stage, full free lift mast and a self-propelled design powered by 24V/270AH batteries. These stackers are crucial for efficient material handling operations within the logistics complex, emphasizing a counterbalance design without outriggers for stability. Interested vendors, particularly Women-Owned Small Businesses, should refer to solicitation FA812526Q0014 for detailed instructions and requirements, and may contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    REPLACE CARPET, F500 VANCE AIR FORCE BASE, OKLAHOMA
    Buyer not available
    The Department of Defense, through ASRC Federal Field Services, LLC, is seeking qualified contractors for the removal and replacement of carpet and rubber wall base at Facility 500, Vance Air Force Base in Oklahoma. The project requires comprehensive services including demolition, sub-floor preparation, and installation of new flooring products, with a total project duration of 180 calendar days, which includes a 45-day non-performance period for mobilization and material lead time. This procurement is critical for maintaining the operational integrity and aesthetics of the facility, ensuring a safe and functional environment for personnel. Interested contractors must submit their proposals electronically by December 1, 2025, with a site visit scheduled for November 14, 2025, and all inquiries directed to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil or Shannon Perry at shannon.perry.1.ctr@us.af.mil.
    Postal Meter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a contract to lease postal equipment, including an automated mailing processing machine and a mail meter, for Tinker Air Force Base in Oklahoma. The procurement aims to provide comprehensive services, including preventive and remedial maintenance, software upgrades, installation, and ongoing training, to support the management of official mail dispatched by various organizations at the base. This contract, valued at approximately $34 million, will span an initial term of one year, with four optional extensions, and is crucial for ensuring efficient mail processing operations. Interested contractors must submit their proposals by December 12, 2025, and can direct inquiries to Gerald Mosley or Samuel Nemargut via the provided email addresses.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.