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
    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 demountable walls, electrical outlets, doors, and painting services to create designated office spaces from an existing classroom area. This project is critical for enhancing operational efficiency and workspace functionality within the facility. Interested small businesses must submit their quotes by May 12, 2025, at 4 PM PST, and can direct inquiries to Paola Diaz at paola.diaz.1@us.af.mil or Stacey Stuart at stacey.stuart@us.af.mil. The contract will be awarded based on the lowest price technically acceptable offer, with a performance period of 90 days from the date of award.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    The Statement of Work (SOW) from the Air Force Test Center outlines a proposal for the addition of office space at Building 1220A on Edwards Air Force Base. The project involves the installation of demountable walls, doors, and electrical outlets to create designated office areas from an existing classroom space. Key requirements include installing a separative wall and a new access door for both the classroom and office area, with specific dimensions and materials specified. The contractor is responsible for verifying all measurements, maintaining cleanliness during the project, and rectifying any damages caused by their personnel. The contract stipulates a completion timeframe of 90 days, with standard working hours established. As the project site is unclassified, heightened security measures are not necessary. The document serves to clarify customer needs, design evaluation, and implementation planning for the construction work.
    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.
    The document outlines the addendum questions and responses related to a brand-new contract for an office addition project (FA9301-25-Q-0012). The key details provided are primarily centered around bid submissions, project specifications, and construction requirements. Offerors are directed to find the bid package on SAM.gov, along with the Statement of Work that details project scope. Notable elements include instructions for electrical installations, the necessity for data/phone drops, and fire safety features. The site visit conducted on April 29, 2025, provided insights into the existing environment and project needs. A summary of the project's requirements indicates the construction involves modifications to existing rooms, installation of new electrical and data outlets, and relocation of furniture by the Government. The document confirms the type of materials to be used, such as laminated surfaces and metal framing, along with outlines for existing conditions, insulation, and wall attachment methods for the new partition. The responses emphasize confirming existing safety conditions, with no indications of hazardous materials present. Overall, the addendum ensures clarity for prospective contractors on bid expectations and project execution parameters.
    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.
    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.
    The document outlines an amendment to a federal solicitation, extending the submission timeline for offers and modifying certain terms and conditions. The key updates include a change in the response due date from May 2, 2025, to May 12, 2025, and adjustments to the response time from 12:00 PM to 4:00 PM. Additionally, a Statement of Work (SOW) attachment has been updated, and a previous version has been removed from the proposal. Bidders must acknowledge the receipt of this amendment through specified communication channels to ensure their offers are considered. The amendment emphasizes that all other contract terms remain unchanged, preserving the original document’s integrity. The contracting officer is identified, and contact details for inquiries are provided, reinforcing the process for interested parties. This amendment serves to clarify deadlines and document requirements to enhance participation in the solicitations, ensuring an orderly bidding process that meets the federal standards and timelines. Overall, it reflects the government's commitment to transparency and effective communication with vendors regarding contract opportunities.
    Lifecycle
    Title
    Type
    B1220A Office Addition
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    Weed Abatement and Power Washing Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice to identify potential contractors for weed abatement and power washing services at Edwards Air Force Base in California. The primary objective is to perform initial cleanup and quarterly follow-up services, which include removing large weeds and grasses, applying chemical weed inhibitors, and power washing designated buildings and walkways. These services are crucial for maintaining the cleanliness and safety of the base's facilities. Interested parties must submit their company information, experience, and business size classification by 10:00 AM Pacific Standard Time on December 18, 2025, to the primary contact, Karla Vazquez, at karlalizette.vazquezmontes@us.af.mil, or the secondary contact, Carmen Barahona, at carmen.barahona@us.af.mil.
    Fall Protection Certification Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Fall Protection Certification Services at Edwards Air Force Base in California. The procurement includes comprehensive inspection, certification, and training services for fall protection systems, ensuring compliance with safety standards and regulations. This contract is particularly significant as it involves maintaining safety protocols for personnel working at heights, with a total award amount of $11,500,000 over a performance period from January 1, 2026, to December 31, 2030, including one base year and four option years. Interested small businesses must submit their quotes by December 15, 2025, and can direct inquiries to Contract Specialist Alexia Del Real at alexia.delreal@us.af.mil or Contracting Officer Suzanna Kussman at suzanna.kussman@us.af.mil.
    OFFICE TRAILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an office trailer to be delivered and installed at Tinker Air Force Base in Oklahoma. The trailer must meet specific requirements outlined in the Statement of Work, including dimensions not exceeding 65 feet by 30 feet, a four-room layout, plumbing with two bathrooms and a kitchenette, electrical specifications including a 100-amp service, and comprehensive safety features. This procurement is critical for providing functional office space at the base, and quotes are due by October 29, 2025, at 3:00 PM CDT. Interested parties should contact Bridgette Miles or Katherine Galgano via email for further details and must be registered in SAM to submit their proposals.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    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.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    FA461325Q0023 Replacement Office Furniture B327/328
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    Synopsis - Materiel Management Operations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for Materiel Management Operations (MMO) services at Edwards Air Force Base in California. The contract will require the selected contractor to provide comprehensive management, personnel, equipment, and services necessary for MMO functions, adhering to Performance-Based Service Acquisition principles and various regulatory compliance standards. This procurement is crucial for ensuring efficient logistics support and resource management at the base, with a solicitation expected to be posted by early January 2026. Interested parties can reach out to Amanda Tate at amanda.tate@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further information.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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.