Sources Sought - REPAIR FIRE DEPARTMENT FACILITY STORAGE, T-271
ID: FA527025PKC01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5270 18 CONS PKAPO, AP, 96368-5199, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS (Z2EZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of the Fire Department Facility Storage, T-271, located at Torii Station, Okinawa, Japan. The project involves the removal and installation of a new roofing system, insulation, and addressing water leaks, along with conducting surveys for Asbestos-Containing Materials (ACM) and Lead-Based Paint (LBP) and their subsequent abatement. This construction project, valued between $500,000 and $1,000,000, is crucial for maintaining the operational integrity of facilities supporting the U.S. Army Garrison Okinawa. Interested contractors must submit a capabilities statement to Mr. Roland Lim at roland.lim@us.af.mil by May 14, 2025, with the anticipated solicitation period expected from May to July 2025.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DESC2103C - Bulk Fuel Storage Tanks Phase II Yokota Air Base, Japan
    Buyer not available
    The U.S. Army Corps of Engineers, Japan District, is conducting market research for the "DESC2103C - Bulk Fuel Storage Tanks Phase II" project at Yokota Air Base, Japan. This Design-Bid-Build (DBB) contract involves the construction of a 100,000-barrel cut-and-cover JP-8 jet fuel storage tank, including a pump house and associated systems, with a project magnitude estimated between ¥2,500,000,000 and ¥10,000,000,000. The project is critical for enhancing fuel storage capabilities and ensuring compliance with U.S. and Japanese standards, emphasizing safety and cybersecurity measures. Interested local firms must respond by November 20, 2025, and can direct inquiries to Jiro Miyairi at jiro.miyairi@usace.army.mil or Jennifer Knutson at jennifer.h.knutson@usace.army.mil.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacements, with a project cost estimated between $1,000,000 and $5,000,000. The selected contractor will be required to adhere to specific performance timelines, including a 420-day completion period and compliance with Fort Campbell regulations. Proposals are due by December 5, 2025, at 1:00 PM ET, and must be submitted via email to the designated contacts, Ranzel L. Merideth and Joshua Westgate. Interested parties should also note the site visit scheduled for November 12, 2025, and are encouraged to acknowledge the amendment to the solicitation.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense is soliciting proposals from qualified contractors for the "Repair B62528" project at Tinker Air Force Base in Oklahoma. This construction project involves various demolition and renovation tasks within Building B62528, with an estimated cost between $1,000,000 and $5,000,000, and is set aside for small businesses under NAICS code 236220. The work must comply with applicable NEC and NFPA standards, and contractors are required to attend a mandatory site visit on October 21, 2025, to be eligible to submit proposals. Proposals are due by November 28, 2025, at 2 PM, and interested parties should contact Hailie Reyes or Burl Sellers for further information.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is soliciting proposals for the construction of Phase II of the Consolidated Headquarters project at Naval Support Activity Marine Corps Base Guam. This project entails the construction of a secure space that includes architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million. The contract is open to U.S. prime contractors and requires all personnel to possess a valid Top Secret clearance. Interested firms must submit necessary certifications and non-disclosure agreements to gain access to the Request for Proposal (RFP), which is expected to be released around November 17, 2025. For further inquiries, contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    FY2026 Projections
    Buyer not available
    The U.S. Army Corps of Engineers, Japan District (POJ) is announcing the FY2026 projections for construction projects, which will be solicited exclusively to local sources in Japan. These projects encompass various facility repairs, housing modernizations, and infrastructure developments, and will utilize full and open competition procedures, requiring vendors to be physically located and licensed to conduct business in Japan. A significant requirement for all solicitations and contracts issued on or after November 10, 2025, is the Cybersecurity Maturity Model Certification (CMMC) 2.0 Basic (Level 1) certification or higher. Interested parties should register in the System for Award Management (SAM) and can direct inquiries to the contracting officers, Dr. Nakiba Jackson at Nakiba.S.Jackson@usace.army.mil or Ms. Jennifer Knutson at Jennifer.H.Knutson@usace.army.mil, with additional contact available for Okinawa through Mr. Jack Letscher at Jack.T.Letscher@usace.army.mil.
    ISTF Aggregate Material Ie Shima
    Buyer not available
    The Department of Defense, specifically the Commanding Officer of the Department of the Navy, is seeking qualified contractors for the management of aggregate material at the Ie Shima Training Facility (ISTF) in Okinawa, Japan. The contract involves receiving, organizing, and managing up to 52,000 cubic yards of aggregate material, implementing dust mitigation strategies, and ensuring compliance with safety standards while coordinating closely with U.S. Government personnel. This initiative is critical for the timely completion of various construction projects, including the repair of the ISTF expeditionary flight line. Interested vendors must submit their responses to the Sources Sought notice by November 20, 2025, with questions due by November 17, 2025. For further inquiries, contact Mr. Jun Ishikawa at jun.ishikawa.ln@usmc.mil or GySgt Geronimo Lopez at geronimo.lopez.mil@usmc.mil.
    Construction Materials
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice to identify potential sources for providing construction materials for the 356th Expeditionary Theater Support Group, located in Yigo, Guam. The procurement encompasses a wide range of materials, including electrical components, drywall, plumbing fixtures, and general hardware, which are essential for various construction and infrastructure projects. Interested contractors must be registered in the System for Award Management (SAM) database and submit a capabilities package by November 18, 2025, at 1500 Chamorro Standard Time to Ryan Baudouin at ryan.baudouin@us.af.mil. For further inquiries, contractors are encouraged to follow up via telephone at 671-689-2961.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This Design/Bid/Build construction contract involves extensive renovations, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a focus on addressing issues such as asbestos and PCB removal. The project is critical for maintaining operational capabilities at the facility and is estimated to take approximately 519 calendar days from the Notice to Proceed. Interested contractors should note that funds are not currently available, and no contract will be awarded until appropriated funds are secured; bids are due by December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.