Design Completion - H8 Laboratory, Building 3
ID: FA875125QTWNEType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8751 AFRL RIKOROME, NY, 13441-4514, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Defense, specifically the Air Force Research Lab/Information Directorate (AFRL/RI), is seeking Mechanical/Electrical/Plumbing (MEP) architect-engineer services for the completion of design documents for the renovation of the H8 laboratory in Building 3 at the Rome Research Site in New York. The project requires specialized architectural, structural, and mechanical design services for a Class 1000/Class 100 clean room lab, along with associated equipment support spaces and a mechanical equipment support roof-mounted penthouse. This contract action is intended to be sole-sourced to Towne Engineering, P.C., due to their existing familiarity with the project and the potential risks and costs associated with transitioning to a new design team. Interested parties may submit capability statements to Leslie Christoferson at leslie.christoferson@us.af.mil, with the anticipated award date expected on or before December 2024.

    Point(s) of Contact
    Leslie Christoferson
    leslie.christoferson@us.af.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Renovate Materials Analysis Lab F/20071 Notice of Intent - Sole Source
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers Louisville District (USACE) is seeking proposals for the Renovate Materials Analysis Lab F/20071 project at Wright-Patterson Air Force Base (WPAFB) in Dayton, Ohio. The procurement includes several sole-source brand name requirements for essential equipment and materials, such as data racks, security systems, fire alarm components, and HVAC control software, all of which are critical for the lab's operational efficiency and safety. This project underscores the importance of specialized construction and integration of advanced systems to support military operations. Interested parties must submit a capability statement to Megan Murphy at megan.r.murphy@usace.army.mil by 3:00 PM ET on November 5, 2024, to be considered for this opportunity.
    Simplified Acquisition of Base Engineering Requirements (SABER)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) project at its facility in Rome, New York. This procurement is set aside for small businesses and encompasses a range of construction tasks, including maintenance, repair, and renovation, under an indefinite delivery, indefinite quantity (IDIQ) contract valued at up to $9.5 million over a five-year period. The project is critical for ensuring compliance with environmental safety standards, particularly in relation to asbestos abatement and other construction activities, thereby supporting the operational readiness of military facilities. Proposals are due by November 18, 2024, at 3:00 PM, and interested contractors can contact Larry Barto at Larry.Barto.1@us.af.mil or by phone at 315-330-2672 for further details.
    AFRL/RQ ELECTRICAL EMERGENCY RESPONSE
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force Research Laboratory (AFRL), is seeking contract support for emergency maintenance of high voltage electrical systems at Wright Patterson Air Force Base (WPAFB) in Ohio. The primary objective of this procurement is to ensure the reliability of over 2,000 pieces of electrical equipment that are critical for R&D operations, which include various aged systems and motors. This contract will involve providing on-site support for low to medium voltage emergencies, employing certified technicians for diagnostics and repairs, and engaging a licensed electrical engineer for system analysis and recommendations, all while adhering to stringent safety and operational security measures. The period of performance is set for 12 months, with an estimated budget of $250,000. Interested parties can contact Matthew Main at matthew.main.4@us.af.mil or by phone at 937-713-9865 for further details.
    Essential Engineering, Research, and Development Capabilities at Robins AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting a market survey to identify educational, nonprofit institutions, or federally funded research and development centers capable of providing essential engineering, research, and development services at Robins Air Force Base (RAFB) in Georgia. The procurement aims to augment and extend the organic engineering capabilities of the U.S. Air Force and its Foreign Military Sales partners, focusing on areas such as structural engineering, reliability-centered maintenance, software development, and cybersecurity. This initiative is critical for maintaining and improving weapon system availability and operational safety at RAFB, with contractors expected to manage all aspects of the contract, including quality control and safety compliance. Interested parties should contact Adney Keel at adney.keel@us.af.mil or Kristen Campbell at Kristen.campbell.2@us.af.mil for further information, noting that participation in this survey does not guarantee future contract awards.
    Architectural and Engineering Services for Pituffik Space Base, Greenland
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide comprehensive Architectural and Engineering (A&E) services at Pituffik Space Base in Greenland. The procurement aims to establish up to two Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for Title I Design and Title II Inspection services, focusing on maintenance, repair, and minor construction projects that require multi-discipline engineering expertise. The selected firms will be responsible for delivering a range of services including design plans, cost estimates, and compliance with Department of Defense standards, with a total contract value not to exceed $5 million over five years. Interested parties must submit their responses to the attached questionnaire by October 4, 2024, and can direct inquiries to Andrew Lucas at andrew.lucas@spaceforce.mil or Lone Mikkelsen at lone.mikkelsen.dk@spaceforce.mil.
    HQ AFMC/A4N Logistics, IT, & Enterprise Architecture Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Headquarters Air Force Material Command (AFMC), is seeking sources for Logistics, IT, and Enterprise Architecture support at Wright Patterson AFB, Ohio. The primary objective of this procurement is to identify qualified small businesses capable of providing comprehensive logistics IT services, including data management, IT security, document management, and analytics, to enhance operational agility and support the AF A4 Data Strategy. This initiative is crucial for modernizing logistics processes and ensuring data integrity within the Air Force, particularly in the context of Great Power Competition. Interested parties must submit a capabilities package by October 26, 2024, demonstrating their expertise and compliance with the specified requirements, including a current Secret Facility Clearance. For further inquiries, contact Dominic McClung at dominic.mcclung@us.af.mil or Lauren Love-Edwards at Lauren.love-edwards@us.af.mil.
    CLR063 LRDR Campus HMHS SATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) to provide maintenance, surveillance, and sustainment services for the Long Range Discrimination Radar (LRDR) Campus at Clear Space Force Station in Alaska. The contract will encompass a range of services including HEMP Enclosure Maintenance, RF/EMI deficiency investigations, corrosion treatment, and the design and construction of Special Protected Volumes, all of which are critical for the operational integrity of military and aerospace equipment. The total contract value is estimated at $20 million, with an anticipated start date of January 1, 2025, and a five-year ordering period. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available around November 13, 2024. For further inquiries, contact Jason Linn at jason.linn@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil.
    Engineering Services for Specialized Antennas, Towers, Hangars, and Communication Facilities, Worldwide
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is conducting a market survey for architect-engineering firms capable of providing engineering services for specialized antennas, towers, hangars, and communication facilities worldwide. The services required include inspections, maintenance, repairs, and design modifications for various structures, including antenna towers ranging from 30 to 1500 feet, DOD aircraft hangars, and other specialized facilities. This opportunity is a follow-on requirement to a previous contract and is crucial for maintaining and upgrading communication infrastructure. Interested firms must submit their qualifications and relevant experience by 12 November 2024, with responses directed to Contract Specialist Matthew A. Dominy at matthew.a.dominy.civ@us.navy.mil or Contracting Officer Crystal S. Brooks at crystal.s.brooks2.civ@us.navy.mil.
    Commissioning Agent Request for Information (RFI) for USAMRIID, Federal Research Laboratory
    Active
    Dept Of Defense
    The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), is seeking responses to a Request for Information (RFI) regarding compliance support for select agent and biological safety regulations at the new US Army Medical Research Institute of Infectious Diseases (USAMRIID) Building 8100 in Frederick, Maryland. The RFI aims to identify contractors with the expertise to conduct a gap analysis for CDC registration processes and provide regulatory compliance support for high-containment laboratory operations, particularly focusing on systems such as effluent decontamination, building automation, and electronic security. This opportunity is critical for ensuring the facility meets stringent biosafety standards as it transitions to operational status, with a contract duration of one year and the possibility of four additional option years. Interested parties must submit their capabilities statements by 30 October 2024, and inquiries can be directed to Tonya Kreps at tonya.r.kreps.civ@health.mil.
    Notice of Intent Brand Name Fire Pump Station Langley Air Force Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Norfolk District, intends to procure brand name components for the construction of an Aircraft Apron Fire Pump Station at Joint Base Langley-Eustis – Langley Air Force Base in Virginia. The procurement will focus on specific systems that require unique capabilities to meet stringent operational requirements and ensure compatibility with existing systems. This project is critical for maintaining fire safety and operational efficiency at the base, and the selected components include HVAC control systems, fire protection transceivers, and industrial control systems. Interested parties are encouraged to submit their technical capabilities statements within 15 calendar days of this notice to Katelyn Vance at katelyn.vance@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil.