BBEC Iron Gate Replacement
ID: FA301024Q0032Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 BBEC Iron Gate Replacement project at Keesler Air Force Base in Biloxi, Mississippi. The project involves the installation of a new steel loading dock gate and an aluminum ramp gate, designed to withstand various weather conditions, with specific dimensions and operational requirements outlined in the solicitation documents. This procurement is crucial for maintaining facility operations and safety standards, with an estimated construction budget between $25,000 and $100,000, and is set aside exclusively for small businesses. Interested contractors must attend a mandatory site visit on September 2, 2024, and submit their proposals by the specified deadlines, with further inquiries directed to SrA Andrew Evitts at andrew.evitts.1@us.af.mil or Tiffany Aultman at tiffany.aultman@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work (SOW) for the BBEC Iron Gate Replacement outlines the requirements for a contractor to provide labor, materials, and supervision for the installation of a loading dock gate and ramp at the Back Bay Event Center, Keesler AFB, MS. The contractor must ensure all work is compliant with provided specifications and any necessary items not explicitly detailed must be included without extra cost. The project involves installing a main black steel gate and an aluminum ramp gate, with debris removal required post-installation. Performance begins 10 days post-contract award and must be completed within 30 days. All work must adhere to federal, state, and local safety regulations, and the contractor is responsible for supervision, scheduling, and compliance with laws. Utility provision is primarily the government's responsibility, and contractor work hours are limited to weekdays unless exceptions are approved. The contractor must also ensure all workmanship is warranted for 12 months. This document serves to guide the award and execution of a federal contract for facility improvements, emphasizing safety, compliance, and quality standards.
    The document outlines a request for the replacement of a loading dock gate at the Bay Breeze Event Center, Keesler AFB, Mississippi. The specifications require the installation of a new steel gate in black, able to withstand various weather conditions. The main gate dimensions are 10'6" in height and 162" in width, with a corresponding employee gate measuring 10'6" in height and 4' in width. Both gates must be manually operated for delivery trucks and will be installed on existing posts using sealed bearing hinges. The project underscores adherence to durability and weather resistance while ensuring functionality at the loading dock. The delivery location for the new gates has been specified as 500 Ploesti Dr., Keesler AFB, MS 39534, under procurement FA201024Q0032. This RFP aligns with government initiatives to maintain facility operations and safety standards.
    The document is a federal government Request for Proposals (RFP) and grant funding outline aimed at identifying key areas for investment and partnerships. It emphasizes the importance of collaboration among federal, state, and local entities in securing resources to address community needs. The main purpose is to guide applicants through the RFP process, ensuring projects align with federal guidelines while meeting local priorities. The key points include the criteria for successful proposals, which should demonstrate clear objectives, adherence to applicable regulations, and sustainable impact. The document outlines the expectations for performance metrics, evaluation methods, and reporting processes, stressing accountability and transparency. Supporting details elaborate on previous successful initiatives and the applied methodologies that have shown effectiveness in project implementation. Overall, the document serves as a comprehensive framework to streamline the proposal submission process, facilitate effective partnerships, and achieve optimal allocation of resources toward beneficial programs and services for communities across the nation.
    This document outlines the submittal procedures for contractors engaged with federal government contracts. It classifies submittals into two categories: those requiring Contracting Officer (CO) approval and those for information only. The CO’s approval indicates general compliance with contract requirements but does not absolve contractors from responsibility for errors. Contractors must submit items listed in a Material Submittal Schedule (MSS), ensuring all documents are complete and comply with contract specifications. The process requires timely scheduling for submittals, especially for long lead-time items, and emphasizes the necessity of using specific forms (AF 3000) for submissions. Additionally, the document stipulates timelines for CO review, detailing a maximum of 10 or 14 calendar days depending on the type of submission. Notably, submissions marked as "for information only" do not require approval unless they contain errors, in which case they must be resubmitted for approval. This structured approach ensures that contractors adhere to regulations and maintain compliance with contractual obligations, crucial for the effective administration of federal projects. The document serves as a procedural guideline to facilitate transparent communication and accountability throughout the construction process.
    The document outlines the Schedule of Material Submittals related to the BBEC Iron Gate Replacement project under Solicitation FA301024Q0032. It details the required submissions by the contractor, including shop drawings, color selections, technical data, and warranties, among others. Each submission is associated with specific deadlines, including submission dates to civil engineering and return suspense dates for approvals. The schedule emphasizes the importance of timely and compliant submittals, with sections for noting the status of each submission, including disapprovals if applicable. The document serves as a critical tool for ensuring that all materials meet project specifications and regulatory standards, integral to the project's overall success and compliance with federal and state contracting requirements.
    The document is a performance evaluation questionnaire for contractors involved in federal government contracts, specifically associated with the RFP FA301024Q0032. It is designed to collect information about a contractor's past and present performance. The contractor is required to provide general information, including their name, contact details, and project specifics. Respondents will assess the contractor's performance across various criteria using a rating scale from Exceptional (E) to Unsatisfactory (U), with a requirement for narrative explanations for lower ratings. Key evaluation factors include the contractor's management capabilities, ability to maintain qualified personnel, quality control measures, problem resolution, adherence to project schedules, and communication with government personnel. The form also inquires about the issuance of any cure or show cause notices and whether the contractor is rated in the Contractor Performance Assessment Reporting System (CPARS). The overarching aim is to ensure thorough assessment for potential future contract awards, reinforcing the importance of contractor performance and accountability in government projects.
    This document serves as a request for information concerning contract performance details for BBEC Iron Gate, identified under contract number FA301024Q0032. It outlines the required information to be provided by contractors about their work, including descriptions of the services rendered, performance periods, contracting agencies, and the relationships with subcontractors or key personnel. Specific data points include contract value and any performance issues encountered. Additionally, the second section prompts the submission of details regarding subcontractors or teaming arrangements, including the impact on contract performance and percentages of completion. This operational framework is crucial in evaluating contractor capabilities and performance as part of the federal procurement process, particularly relevant to government Requests for Proposals (RFPs) and grants. The structured format ensures comprehensive and organized information collection essential for decision-making in contract awards and performance assessments.
    The document outlines a requirement for contractors involved in government projects to submit an AF 3000 form for governmental approval prior to any purchase or installation of equipment or services. This requirement emphasizes compliance with federal regulations and ensures that the proposed purchases align with approved government standards. The AF 3000 form serves as a critical document in the procurement process, facilitating due diligence and oversight. By mandating this step, the government aims to maintain transparency and accountability in the procurement process, essential for the effective management of federal funds. The overall tone underscores the importance of adherence to these procedures to ensure that all procurement actions are vetted and authorized before implementation.
    The document outlines a Request for Proposals (RFP) for the "BBEC Iron Gate Replacement" project located at Keesler Air Force Base, with an estimated construction cost between $25,000 and $100,000 and specifically set aside for small businesses. The solicitation requires contractors to begin work within a specified period and includes mandatory performance and payment bonds. Proposals must adhere to various stipulations such as submission deadlines, qualifications of contractors, and compliance with federal wage rate requirements. A mandatory site visit is scheduled to ensure bidders can examine the project environment. The evaluation criteria for bids are detailed in Sections L and M of the RFP. Delivery and performance timelines are established, with the project expected to commence on October 1, 2024, and conclude by October 31, 2024. The document stipulates necessary compliance with federal regulations, including labor standards and anti-terrorism training for contractors. It emphasizes the importance of adhering to procurement procedures, detailed pricing arrangements, and submission protocols to facilitate the selection of qualified contractors for the government project while maintaining budget and timeline expectations.
    The file outlines a federal solicitation for the replacement of the BBEC Iron Gate at Keesler Air Force Base, identified as solicitation number FA301024Q00320001. Issued on 24 August 2024, the project has a budget between $25,000 and $100,000 and is designated as a Total Small Business set-aside. Key requirements include contractors submitting sealed bids, acknowledging amendments, and providing performance and payment bonds. The contractor must commence work within 10 days of award and complete it within 30 days, with a mandatory site visit scheduled for 2 September 2024. The solicitation emphasizes compliance with construction wage rate requirements and includes clauses related to payment protections, work inspections, and adherence to federal guidelines on labor standards. In summary, this document serves to solicit bids for a construction project, providing specific instructions for participation, performance standards, and compliance obligations, underscoring the government’s effort to engage small businesses while ensuring regulatory adherence throughout the project lifecycle.
    This document amends a government solicitation, specifically extending the deadline for offers and detailing modifications to contract clauses. Key changes include adjustments to the number of calendar days for various contract requirements: notably, the time frame for certain clauses has been changed from 10 to 90 calendar days and from 240 to 30 calendar days. Additionally, the date for a mandatory site visit is updated to September 2, 2024. The amendment also emphasizes compliance with anti-terrorism training for contractors employed at Keesler Air Force Base, along with provisions for wage rates under the Davis-Bacon Act. Contractors are required to ensure fair pay for workers and to post wage determinations on-site. Furthermore, the document details the use of an Irrevocable Letter of Credit (ILC) for bid guarantees and performance bonds, outlining requirements for its issuance and confirmation by eligible financial institutions. Overall, this amendment serves to clarify contractual obligations while ensuring compliance with federal regulations and promoting fairness in labor practices, aligning with the broader goals of government procurement processes.
    The document outlines an amendment to a solicitation for the "BBEC Iron Gate Replacement" project at Keesler Air Force Base, altering the scheduled site visit date from August 28, 2024, to September 3, 2024, at 10:30 AM CST. It emphasizes the importance of acknowledging the amendment and provides instructions for contractors to change their previously submitted offers if necessary. The project, categorized as a Total Small Business set-aside, has a construction budget estimated between $25,000 and $100,000. Contractors attending the site visit must possess valid identification, vehicle registration, and proof of insurance for base access. The amendment reiterates that all terms in the original solicitation remain unchanged besides the specified modification. This documentation is part of the procedural framework in federal contracting, ensuring stakeholders are informed of changes and comply with regulations surrounding government procurement.
    This document details an amendment to a solicitation, specifically extending the deadline for receipt of offers and incorporating an additional attachment, the BBEC Iron Gate Drawings, into the solicitation package. It outlines the necessary steps bidders must take to acknowledge receipt of the amendment, including updating their submissions if desired. The amendment, identified by a unique number, does not alter any other terms and conditions of the original solicitation or contract. All amendments must be acknowledged by the offeror to prevent rejection due to late acknowledgment, emphasizing the importance of adherence to submission protocols. The amendment is issued by the 81st Contracting Squadron located at Keesler AFB, MS, with specific contact information for the contracting officer. Overall, the document serves as a formal notice of changes pertinent to potential contractors in the context of federal contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Warehouse Security Gates
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to supply and install three new security gates at Building 1006, 125th Fighter Wing in Jacksonville, Florida. The project involves the removal of three existing inoperative gates, including electrical components, and the installation of new gates equipped with mechanical operators, switches, safety sensors, and locks, all to be completed within 90 calendar days. This procurement is critical for enhancing security at the facility, ensuring operational efficiency and compliance with safety standards. Interested small businesses must submit their proposals by May 1, 2024, and can direct inquiries to Mark Penwell at mark.penwell.1@us.af.mil or call 904-741-7445.
    Repair Vehicle Access Gate
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of an automatic vehicle access gate at the Fresno Air National Guard Base. The project requires contractors to provide all necessary personnel, equipment, and materials to execute the repairs as outlined in the Performance Work Statement, which includes replacing existing traffic loops and ensuring compatibility with the ADVANTOR access system. This procurement is critical for maintaining security and operational efficiency at the base, with the contract set aside exclusively for small businesses under the SBA guidelines, and a total estimated value of approximately $22 million. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    MHMV210015 Alter B737 and B733 Munitions Area
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the alteration of the B737 and B733 Munitions Area at Kirtland Air Force Base in New Mexico. The project involves minor interior renovations of two buildings, with an estimated construction magnitude between $1,000,000 and $5,000,000. This procurement is critical for maintaining operational readiness and ensuring the facilities meet current standards. Interested contractors should note that the bid submission deadline has been extended to September 23, 2024, with bids to be submitted electronically, and all inquiries must be made within 15 days of the solicitation release. For further details, contact Kelly McGrath at kelly.mcgrath.1@us.af.mil or call 505-846-3707.
    Combined Chapel Services (Gospel Music Director/Fishbowl Coordinator/Contemporary Music Director/Lighthouse Coordinator) at Keesler Air Force Base (KAFB), Mississippi.
    Active
    Dept Of Defense
    The Department of Defense is soliciting proposals for Combined Chapel Services at Keesler Air Force Base (KAFB) in Biloxi, Mississippi, specifically for the roles of Gospel Music Director, Fishbowl Coordinator, Contemporary Music Director, and Lighthouse Coordinator. The objective is to enhance religious services for Airmen and their families, ensuring compliance with the Department of the Air Force and Air Force Chaplain Corps standards while promoting interfaith sensitivity and community engagement. The total funding for the project is estimated at $13 million, with contracts expected to run from November 2024 through January 2029. Interested contractors, particularly Women-Owned Small Businesses, should direct inquiries to Erica Brown-Tanner at erica.browntanner@us.af.mil or Cynthia C. Lee at cynthia.lee.2@us.af.mil, with proposals due by September 13, 2024.
    Highline Docks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of highline docks, with a focus on small business participation under a Total Small Business Set-Aside. The solicitation requires offerors to provide new highline docks that meet specific load capacity and dimensional criteria, to be delivered to Fort Bliss, Texas, and Tyndall Air Force Base, Florida. This procurement is critical for supporting military logistics and operations, ensuring the efficient handling of cargo. Interested vendors must submit their proposals by 12:00 p.m. Eastern Time on September 20th, 2024, and are encouraged to direct any inquiries to SrA Gage Garfin at gage.garfin@us.af.mil.
    B267 Expand Hazardous Waste Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the hazardous waste storage facility at Columbus Air Force Base in Mississippi. The project involves site preparation, foundation laying, construction of block walls, installation of a roof, and the addition of safety features such as explosion-proof electrical equipment and fire protection systems. This expansion is crucial for enhancing the facility's capacity to manage hazardous waste safely and in compliance with federal regulations. Interested contractors must submit their proposals by September 12, 2024, and are encouraged to attend a site visit on September 10, 2024, to better understand the project requirements. The estimated contract value ranges between $250,000 and $500,000, and inquiries can be directed to Daniel Stilts at daniel.stilts@us.af.mil or LiConstance Hayes at 14cons.pka.construction@us.af.mil.
    FY25 Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Seattle District, is seeking interested contractors for the construction of a Commercial Entrance Control Facility at Malmstrom Air Force Base, Montana. This project, estimated to cost between $10 million and $25 million, involves the design and construction of a large vehicle inspection station, support buildings, and various security features, including vehicle barriers and surveillance systems. The opportunity is particularly aimed at small businesses, including those classified under the 8(a) program, Service-Disabled Veteran-Owned Small Businesses, and others, to ensure broad participation in federal contracting. Interested firms must submit their capabilities packages by October 14, 2024, and should be registered in the System for Award Management (SAM) to be eligible for future contracts. For further inquiries, contact Kyla Couch at kyla.m.couch@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil.
    Construct Perimeter Security Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids from qualified small businesses for the construction of a secondary perimeter security fence at the Tennessee Air National Guard Base in Memphis, TN. The project involves installing a 5,500-foot-long anti-climb fence, complete with multiple gates and crash-rated vehicle swing gates, to enhance base security. This construction effort is critical for maintaining the safety and integrity of military operations, with a contract value estimated between $1 million and $5 million. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on August 28, 2024, with bids due by October 9, 2024. For further inquiries, contact Christopher Rhyne at christopher.rhyne.1@us.af.mil or by phone at 901-291-7109.
    Building 610 Fabric Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the fabric door of Building 610 at the 174th Attack Wing in Syracuse, New York. This project, identified as Project HAAW232014, is a total small business set-aside with an estimated value between $500,000 and $1,000,000, requiring bidders to utilize Assa Abloy certified technicians for the installation and maintenance of the Mega Door systems. The successful contractor will be responsible for ensuring compliance with safety and environmental regulations while completing the necessary repairs within a timeline of 270 days. Interested parties must attend a pre-bid conference on September 4, 2024, and submit their bids, which must remain valid for at least 90 days, to the primary contact, Briana McCaffery, at briana.mccaffery@us.af.mil, or by phone at 315-233-2130.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as installing monitoring systems connected to the base's Energy Management Control System (EMCS). This project is crucial for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 23, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.