B1220A Office Addition
ID: FA930125Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9301 AFTC PZIOEDWARDS AFB, CA, 93524-1185, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

INSTALLATION OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING (N054)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B1220A Office Addition project at Edwards Air Force Base in California. The procurement involves the installation of contractor-furnished demountable walls, electrical outlets, doors, and painting services, with a focus on enhancing office space functionality. This project is significant as it supports the operational needs of the Air Force by improving workspace efficiency and compliance with federal standards. Interested small businesses must submit their quotes by May 2, 2025, with a contract award anticipated shortly thereafter, and can direct inquiries to Paola Diaz at paola.diaz.1@us.af.mil or Stacey Stuart at stacey.stuart@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 10:05 PM UTC
The document FA930125Q0012 outlines a Statement of Work related to a federal government request for proposals (RFP). The primary focus is to establish the scope and expectations for contractors responding to this RFP, detailing necessary tasks, deliverables, and performance standards. Key components include clear instructions for project execution, adherence to federal regulations, and the identification of required qualifications for awarded contractors. This statement acts as a foundational guideline for prospective bidders, underscoring the importance of compliance and quality management in fulfilling government contracts. Emphasis is placed on organized project management, thorough documentation, and effective communication between all stakeholders throughout the project lifecycle. By setting these criteria, the document aims to ensure that the selected contractor meets the government's operational needs while fostering accountability and transparency in the procurement process.
Apr 22, 2025, 10:05 PM UTC
The document is a wage determination report from the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates for various occupations in California's Kern County. It outlines two relevant Executive Orders regarding minimum wage rates: Executive Order 14026, applicable to contracts from January 30, 2022, mandates a minimum hourly wage of $17.75, and Executive Order 13658, applicable to contracts awarded between January 1, 2015, and January 29, 2022, enforcing a minimum wage of $13.30 if contracts are not extended after the latter date. The report lists hourly wage rates for numerous occupational categories, including administrative support, automotive services, health occupations, and more. It emphasizes fringe benefits such as health and welfare benefits, vacation, holidays, and paid sick leave. The report also discusses the process for classification and wages for unlisted occupations, ensuring compliance with federal contracting stipulations. Additionally, it contains important notes on exemptions for certain employees and compliance obligations for contractors, emphasizing the protection of workers' rights under federal law. This wage determination serves as a guideline for contracts to ensure fair compensation and working conditions for employees of federal contractors and is crucial in government RFPs and grant applications.
The Air Force Test Center issued a Request for Proposal (RFP) for the B1220A Office Addition, emphasizing a fair and competitive contracting process aimed at encouraging small business participation. The solicitation details include a site visit scheduled for April 29, 2025, where interested parties can tour the site and submit written questions. Key dates include the final submission of questions by April 30, 2025, and proposals due by May 2, 2025, with the contract award anticipated on May 8, 2025. The contracting type is a single award, firm-fixed-price purchase order, with a performance period from May 12 to August 11, 2025. Proposals will be evaluated based on price and past performance, following simplified acquisition procedures. Important information regarding pricing, including wage determinations for Kern County, is also included. Interested vendors must provide personal information for security clearance to attend the site visit. The document serves as a guide for potential bidders, outlining submission procedures and expectations while promoting transparency and competition in the acquisition process.
Apr 22, 2025, 10:05 PM UTC
The document focuses on a solicitation for commercial products and services aimed at women-owned small businesses (WOSB) issued by the U.S. government. It outlines the procurement process, detailing key information such as requisition and contract numbers, due dates, and contact information for inquiries. The solicitation includes specific contracts for constructing office additions, featuring items like wall installations, door fittings, and electrical work, with an emphasis on firm fixed pricing. Additionally, various clauses that govern the contracting process are incorporated, ensuring compliance with federal regulations and standards. The document requires contractors to submit representations and certifications of their business classifications, such as WOSB or economically disadvantaged women-owned small businesses (EDWOSB). It features specific sections on payment procedures through the Wide Area WorkFlow (WAWF) system, emphasizing the electronic handling of payment requests. The solicitation serves to encourage participation from small businesses in government contracting, reinforcing departmental objectives to support economic inclusivity and compliance within the contracting landscape.
Apr 22, 2025, 10:05 PM UTC
The document is an amendment to a solicitation, specifically extending the closing date for offers related to a federal contract. It outlines the procedures for acknowledging receipt of the amendment, highlighting that failure to acknowledge by the specified deadline may lead to rejection of offers. The amendment was issued to adjust the response due time from 2:00 PM to 12:00 PM and the response due date from April 25, 2025, to May 2, 2025. Other terms and conditions of the original solicitation remain unchanged. The document emphasizes compliance with standard governmental contracting procedures, ensuring clarity in communication and processes for potential contractors. This amendment serves to keep all parties informed and aligned with the new timeline for submissions.
Lifecycle
Title
Type
B1220A Office Addition
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
418th Office Furniture
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the acquisition of office furniture under solicitation number FA930225Q0029. The procurement aims to furnish various office and conference spaces at Edwards Air Force Base, California, with specific requirements including meeting tables, chairs, and desk areas tailored for different room configurations. This initiative not only supports the operational needs of federal employees but also promotes participation from Women-Owned Small Businesses (WOSB) in federal contracting opportunities. Interested vendors must submit their quotes by May 8, 2025, at 11:00 AM PST, and can direct inquiries to the primary contact, Abel Alcantar, at abel.alcantar.1@us.af.mil.
Room 122 Bldg. 229C Wall Repair & Repaint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for wall repair and repainting services in Room 122 of Building 229C at Warner Robins Air Force Base. The project entails preparing and painting approximately 4,240 square feet of wall space, including columns and two doors, with a focus on compliance with safety and environmental regulations. This procurement is significant for maintaining the operational integrity of the facility and ensuring a safe working environment. Interested vendors, particularly Women-Owned Small Businesses (WOSBs), must submit their quotes by April 30, 2025, to Adam Hudson at adam.hudson.4@us.af.mil, with the contract valued at $45 million and following Simplified Acquisition Procedures.
IFB - Beale Aircrew Readiness Facility
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the construction of the Beale Aircrew Readiness Facility at Beale Air Force Base in California. The project involves a 4,596 square foot addition to the existing facility, including restrooms, crew quarters, and service rooms, as well as renovations to approximately 1,961 square feet of the current structure to enhance functionality for aircrew operations. This initiative is crucial for improving military infrastructure and operational readiness, ensuring compliance with Department of Defense standards for safety and design. Interested small businesses must submit proposals by April 29, 2025, and can direct inquiries to Adam Brooks at adam.m.brooks@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.
Explosives Ordnance Disposal (EOD) Pro Range Canopy with Installation
Buyer not available
The Department of Defense, specifically the Air Force Test Center at Edwards Air Force Base, California, is seeking information from potential contractors regarding their capabilities to provide and install an Explosives Ordnance Disposal (EOD) Pro Range Canopy. The procurement aims to secure a canopy along with installation services, which are critical for supporting EOD operations at the base. This initiative is part of the Air Force's commitment to sourcing reliable contractors for necessary infrastructure, with the anticipated contract falling under NAICS code 314910 and being structured as a firm-fixed price. Interested vendors must submit their capability statements by April 30, 2025, to Brian Wu at brian.wu@us.af.mil, with a copy to Rebecca Snyder at rebecca.snyder.1@us.af.mil, ensuring submissions are unclassified and no longer than 10 pages.
Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting bids for the renovation of Buildings 1508 and 1559 at Vandenberg Space Force Base in California. The project aims to transform Building 1508 into a secure Training and Operations Center for the 216th Electromagnetic Warfare Squadron, while Building 1559 will be converted into unclassified administrative office space, impacting a total of approximately 15,900 square feet. This renovation is critical for enhancing operational capabilities and ensuring compliance with safety regulations, particularly concerning hazardous materials identified in pre-renovation surveys. Interested contractors must attend a pre-bid conference on May 1, 2025, and submit bids electronically via SAM.gov, with a firm fixed price contract expected to be awarded based on the most advantageous bid. For further inquiries, contact Kristian Martin Perlas or Carmen Ridener at the provided email addresses.
B1998, 1999 & 2002 Furniture Installation Service
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for furniture installation services at Shaw Air Force Base, focusing on Buildings 1998, 1999, and 2002. The project entails the removal of existing furniture, installation of new workstations, and adherence to specific configurations and safety regulations, with a priority on completing the installation in Building 2002 first. This procurement is particularly aimed at engaging small businesses, including Women-Owned Small Businesses, to enhance workspace efficiency while complying with federal contracting standards. Interested contractors must submit their quotes by May 5, 2025, and are encouraged to attend a site visit on April 14, 2025, with all inquiries directed to the designated government contacts, Mar Rodriguez and Joseph A. Nemedy.
FY25 Exterior Paint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Exterior Paint project at Dover Air Force Base, Delaware. The contractor will be responsible for providing all necessary design, labor, materials, tools, and equipment to repaint the exteriors of Buildings 600, 635, and 921, adhering to the Air Force Whole Building Design Guide and DAFB Installation Facilities Standards. This project is crucial for maintaining the aesthetic and structural integrity of the facilities, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit sealed bids by April 28, 2025, and can direct inquiries to Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil or TSgt Joshua Brooks at joshua.brooks.14@us.af.mil.
B1118 SAPR Office Wall and Door
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction of a privacy wall and glass door installation for the SAPR Office at Shaw Air Force Base in South Carolina. This project, valued at less than $25,000, is set aside for small businesses under the NAICS code 236220, and requires contractors to provide all necessary management, tools, labor, and materials to complete the work in compliance with various construction codes and standards. Interested contractors must submit sealed bids by May 7, 2025, and are encouraged to attend a site visit scheduled for April 14, 2025, with prior coordination for base access required. For further inquiries, contractors can contact Contract Specialist SSgt Christon Reed at christon.reed@us.af.mil or Contracting Officer Ms. Zelda J. Williams at moore.williams.1@us.af.mil.
LOFTIS Desks
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of custom LOFTIS desks to be installed at Francis E. Warren Air Force Base in Wyoming. The project entails the removal of existing tables and the installation of nine new hardwood or solid wood tables, each with specific dimensions and stability requirements, to be completed within a four-day timeframe. This procurement is crucial for enhancing the operational functionality of the workspace, ensuring compliance with federal standards, and supporting small business participation through a Total Small Business Set-Aside. Interested vendors must submit their quotes by May 12, 2025, and are encouraged to attend a site visit on April 29, 2025, to better understand the project requirements. For further inquiries, contact Amber Wiltanger at amber.wiltanger@us.af.mil or Donna Doss at donna.doss.1@us.af.mil.
March Air Reserve Base, CA B600 Flight Simulator
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking bids for the addition and alteration of Building 600 at March Air Reserve Base in California. The project involves constructing a 2,200 square foot addition for a Boom Operator Trainer and modifying approximately 7,000 square feet of existing space for the new KC-46A Mission, including various facilities such as classrooms and a computer room. This construction effort is crucial for enhancing training capabilities and operational readiness, with an estimated contract value between $5 million and $10 million, and a target ceiling of approximately $6.8 million. Interested contractors should note that the solicitation is expected to be released around May 9, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for award; inquiries can be directed to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.