Temporary Lodging Facilities (TLFs) and Magnolia Inn
ID: FA302225R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 5:00 AM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the comprehensive renovation of ten Temporary Lodging Facility (TLF) units at Columbus Air Force Base in Mississippi. The project aims to standardize the quality and sustainability of the TLF units across five buildings through extensive upgrades to various systems, including electrical, plumbing, and interior finishes, while adhering to established codes and sustainable design principles. This initiative is crucial for maintaining high standards in military housing and ensuring compliance with federal regulations, including wage determinations under the Davis-Bacon Act, which mandates minimum wage rates for construction projects. Interested contractors should contact Laura K. Morant at laura.morant.3@us.af.mil or 662-434-7767, and must submit proposals electronically within the specified timeframe, with a project budget estimated between $1,000,000 and $5,000,000. A site visit is scheduled for April 9, 2025, and all RFIs must be submitted by April 14, 2025.

Files
Title
Posted
Mar 25, 2025, 10:06 PM UTC
The document outlines a Construction Price Proposal Breakdown, intended for vendors participating in federal or local government RFPs. It collects important information, including vendor details, project solicitation specifics, and bidding bonds such as performance, payment, and bid bonds. Key sections include mobilization, architecture and engineering design stages (35%, 65%, 95%, and 100%), and a breakdown of costs related to materials, equipment, labor, and miscellaneous charges. Vendors are required to submit a detailed and well-supported cost proposal, demonstrating the reasonableness of their pricing based on current and accurate data. The document also emphasizes the importance of providing certified cost or pricing data and outlines the legal framework as per FAR 15.403-4 for substantiating proposed costs. Overall, it serves as a guideline for vendors to ensure compliance with government requirements and to enhance the evaluation process of their proposals.
The Design-Build Statement of Work for Project EEPZ245591 at Columbus Air Force Base involves the repair and renovation of ten Temporary Lodging Facility (TLF) units in Capitol Village. The project requires comprehensive upgrades across multiple systems, including communications, electrical, fire protection, plumbing, mechanical, and interior finishes. Key tasks include reusing existing components where possible and ensuring uniformity in design and materials, adhering to established codes and standards. Specifics of the work include retaining and relocating existing communication and electrical systems, replacing outdated fixtures, and installing new plumbing and HVAC systems. Overall, the design aims to enhance sustainability, compliance with security standards, and modern aesthetics in the TLF accommodations. The contractor is responsible for submitting extensive design documents at various project stages, undergoing multiple reviews, and ensuring quality control throughout the construction phase, which emphasizes coordination with the government and adherence to strict design requirements. This initiative underscores the federal commitment to maintaining military housing facilities with high standards and functionality while adhering to safety and environmental protocols.
The document is an Electronic Funds Transfer (EFT) Vendor Payment Enrollment Form utilized by the Air Force. Its main purpose is to collect specific bank account and vendor information to facilitate timely electronic payment processing for contractors. Key elements include sections for the contractor's name, address, bank details, taxpayer identification number, and contact information. The document details compliance with the Debit Collection Improvement Act of 1996, mandating federal payments by EFT since January 1999. The form emphasizes the importance of accurate information for smooth transactions and outlines the process for initiating and confirming payments. Contractors are advised to report any changes to their banking details promptly to avoid payment delays. Additionally, it provides stipulations regarding payment errors and the handling of duplicates or fraudulent transactions. The document is structured to ensure privacy and security under federal law, indicating it is For Official Use Only (FOUO) and requiring sensitive information protection. Overall, the form simplifies vendor enrollment in the EFT system, supporting the efficient management of financial transactions within government grants and contracts.
Mar 25, 2025, 10:06 PM UTC
The document provides comprehensive guidelines for handling Controlled Unclassified Information (CUI) within government operations, emphasizing the importance of safeguarding unclassified information that requires controlled access and dissemination. It outlines the definitions and classifications of CUI, including Basic and Specified categories, as per Executive Order 13556. There are 19 major indexes of CUI, covering fields like defense, law enforcement, privacy, and more. Key points include the protocols for accessing and marking CUI, ensuring that all documents are properly designated with CUI indicators and distribution statements. It also stresses protective measures, such as secure handling, shipping, email encryption, and destruction processes, to mitigate unauthorized disclosures that could lead to legal consequences. The document highlights best practices for managing CUI throughout government communication and emphasizes adherence to security measures to prevent unauthorized access. Overall, it serves as a vital tool for government agencies and contractors to ensure proper management of sensitive information, thus supporting compliance with federal regulations and enhancing national security efforts.
Mar 25, 2025, 10:06 PM UTC
The document outlines the requirements and processes involved in the "Repair TLFs in Capitol Village" project (Project No: EEPZ245591). It details necessary compliance certificates, design submittals, and material requirements across multiple disciplines, including general, environmental, architectural, mechanical, electrical, and plumbing. Key components include demolition plans, project schedules, material safety data sheets, and environmental compliance reports, all aimed at promoting sustainable practices during construction. The document emphasizes the importance of adhering to project specifications, with multiple approvals needed before proceeding. Additionally, it underlines the tracking and reporting of hazardous materials as part of the contractor’s responsibilities to ensure safety and compliance with federal and local regulations. Overall, it showcases the structured approach to project management in government construction contracts, highlighting the necessary documentation and planning required for successful project execution.
The Department of the Air Force's memorandum outlines mandatory procedures for safeguarding Controlled Unclassified Information (CUI) by contractors at Columbus Air Force Base. It emphasizes that all contractors and subcontractors must acknowledge CUI protocols prior to accessing any classified materials. Key requirements include completion of Department of Defense CUI training, mandatory reporting of any CUI disclosures within 72 hours, and the necessity for contractors to sign an acknowledgment of training before receiving classified information. The memorandum cites relevant federal regulations and executive orders that govern the safeguarding of CUI, asserting that compliance is essential for contract eligibility and successful contract execution. This document serves to enhance information security and ensure contractors meet stringent regulatory requirements when handling sensitive government data.
Mar 25, 2025, 10:06 PM UTC
The document outlines a government solicitation for a construction contract aimed at the comprehensive renovation of ten Temporary Lodging Facility (TLF) units at Columbus Air Force Base in Mississippi. The contract number FA302225R0001 specifies the requirements for bidding, including the necessity for bidders to complete the offer section and provide performance and payment bonds. The project is designed to standardize the quality and finish of the renovated units in adherence to sustainable design principles. Contractors must furnish all necessary materials, labor, and equipment to complete the renovation within 365 calendar days from the notice to proceed. Additional provisions cover the submission requirements, acceptance timelines for offers, and key regulations ensuring compliance with federal clauses related to construction. The document emphasizes adhering to the government’s objectives in terms of quality, cost-effectiveness, and sustainability, while providing a clear framework for contractors to navigate the bidding process effectively. This solicitation exemplifies federal contracting practices, applying to both local and federal projects.
Mar 25, 2025, 10:06 PM UTC
The document outlines the General Decision Number MS20250045, dealing with wage determinations for building construction projects in select counties of Mississippi. It specifies that contracts subject to the Davis-Bacon Act must adhere to minimum wage rates aligned with Executive Orders 14026 and 13658, which determine hourly compensation based on contract dates. For contracts initiated after January 30, 2022, the minimum wage is set at $17.75 per hour, while older contracts retain a rate of $13.30 per hour. The document details prevailing wages for various classifications, such as electricians, ironworkers, plumbers, and laborers, indicating rates and fringe benefits. It also mentions the appeals process for wage determinations, providing contact information for relevant branches of the Wage and Hour Division, and highlights workers' rights to paid sick leave under Executive Order 13706 for applicable contracts. Overall, the document serves as a regulatory framework for contractor compliance with federal wage standards in construction projects, emphasizing worker protections and minimum wage enforcement in Mississippi.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
FA462525R0004, Whiteman AFB Temporary Lodging Facilities Roofing Replacement
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the roofing replacement of Temporary Lodging Facilities (TLFs) at Whiteman Air Force Base in Missouri, under solicitation number FA462525R0004. The project entails the comprehensive replacement of approximately 27,882 square feet of roofing across six buildings, including the removal of existing roofing materials and structural components, while adhering to strict compliance with federal regulations regarding safety and environmental standards. This initiative is crucial for maintaining adequate housing for military personnel and their families, ensuring operational readiness at the base. Interested contractors must submit sealed bids by April 25, 2025, at 12:00 PM, and are encouraged to contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or Caleb Kirchhoff at caleb.kirchhoff@us.af.mil for further inquiries.
MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT SERVICES AT COLUMBUS AIR FORCE BASE, MS and KEESLER AIR FORCE BASE, MS: Request For Information (RFI) / Sources Sought for Market Research Purposes Only.
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide environmental remediation services at Columbus Air Force Base and Keesler Air Force Base in Mississippi. This Request for Information (RFI) aims to identify potential sources capable of fulfilling the requirements outlined in the draft Performance Work Statement (PWS), which includes site investigations, remedial actions, and the operation and maintenance of remedial systems across sixteen Installation Restoration Program sites. The procurement is part of the Air Force's Optimized Remediation Contract initiative, emphasizing cost-effective and results-oriented remediation strategies while ensuring compliance with federal, state, and local regulations. Interested parties must submit their capabilities statements by April 8, 2025, to the primary contact, Nathan Fry, at nathan.fry.7@us.af.mil, with a focus on tailored responses that address the specific requirements detailed in the PWS.
Bldg 300, Bay E Renovation Effort for Rooms 417 and 420
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of Rooms E417 and E420 in Building 300 at Robins Air Force Base, Georgia. The project aims to design, construct, and install cubicles and modular walls while ensuring compliance with Base Facility Standards, ergonomic guidelines, and safety regulations to maximize occupancy and functionality in the workspace. This renovation is crucial for enhancing operational effectiveness and team cohesion by providing comfortable and designated work areas for employees, addressing current limitations in office space. Interested parties should coordinate a site visit scheduled for April 8, 2025, at 1400, with Matthew Loomis, and submit their Statements of Work to Michele Watts or Patrick Madan via email.
Convert B290 & 291 to LRS Warehouse
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the "Convert B290 & 291 to LRS Warehouse" project at Kirtland Air Force Base in New Mexico. This initiative involves the design-build renovation and construction services to transform Buildings 290 and 291 into a Logistics Readiness Squadron warehouse, including demolition, structural modifications, and upgrades to communication systems while ensuring compliance with federal and military codes. The project is critical for enhancing operational capabilities and safety standards within the facilities, with an estimated contract value between $1 million and $5 million. Interested small businesses must submit their responses by April 6, 2025, to the primary contact, SrA Zelena Edwards, at zelena.edwards@us.af.mil, or the secondary contact, SrA James Trill, at james.trill.1@us.af.mil.
TINKER AFB MAC BOA WWYK200132, Renovate Restrooms - B2121, Posts C7, 2C7, B19, and 2B19
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals from qualified contractors for the renovation of restroom facilities at Tinker Air Force Base, specifically under project WWYK200132. The project aims to modernize and upgrade men's and women's restrooms, showers, and janitor closets within Building 2121 and associated posts, ensuring compliance with current safety and accessibility standards. This renovation is crucial for enhancing the working conditions for military personnel and maintaining operational efficiency at the base. Interested contractors, who must be holders of the MAC BOA, are required to submit their proposals by April 21, 2025, and must attend an initial site visit to be eligible for consideration. For further inquiries, contractors can contact TSgt Tayla Begnaud at tayla.begnaud@us.af.mil or Brent Rockow at brent.rockow.1@us.af.mil.
MAHG 25-1003 Repair Chiller 2
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Chiller 2 and the replacement of the Variable Frequency Drive (VFD) and Cooling Tower 2 at Keesler Air Force Base in Biloxi, Mississippi. The project requires contractors to provide all necessary equipment, labor, and materials, with a budget estimated between $250,000 and $500,000, and is set aside for Historically Underutilized Businesses (HUBZone) to promote small business participation. This procurement is critical for maintaining operational efficiency and compliance with safety standards in cooling systems, ensuring the facility's infrastructure remains functional and reliable. Interested contractors must submit their proposals by the specified deadlines, with a site visit scheduled for April 10, 2025, and should direct inquiries to David Gardache at david.gardache@us.af.mil or Alice Townsend-Peden at alice.townsend-peden@us.af.mil.
Offut AFB Dining Facility (DFAC) Construction
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified general contractors for the renovation of the Dining Facility (DFAC) at Offutt Air Force Base in Nebraska. The project involves significant renovations to public areas, including kitchen equipment replacement, updates to the servery and dining areas, and enhancements to mechanical, electrical, and plumbing (MEP) systems to accommodate new equipment and finishes. This renovation is crucial for maintaining operational efficiency and providing quality dining services to personnel. Interested contractors must submit a capability statement, including a Past Performance Questionnaire, by April 15, 2025, to Jamie Escalante at jamie.escalante.1@us.af.mil, with a project value estimated between $5 million and $10 million for similar past projects.
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. This project involves the construction of a 4,596 square foot addition to an existing facility, which will include 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. The initiative is crucial for improving military infrastructure and ensuring operational readiness, with a contract duration expected to be 443 days from the Notice to Proceed. Interested small businesses must register in the System for Award Management (SAM) and submit proposals via the PIEE Solicitation Module, with a site visit scheduled for March 26, 2025, and inquiries directed to Adam Brooks at adam.m.brooks@usace.army.mil.
Plating Shop Renovation, HAFB, UT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of the Plating Shop at Hill Air Force Base (HAFB) in Utah. This project involves a phased approach to demolish existing plating processes and construct new facilities, with an estimated budget ranging from $100 million to $250 million. The renovation is critical for enhancing operational capabilities and ensuring compliance with modern standards in industrial building construction. Interested contractors are encouraged to attend a pre-proposal conference and site visit scheduled for March 6, 2025, from 0900 to 1200, at the Hill AFB USACE Resident Office. For participation, attendees must submit their information by February 25, 2025, to Lee Roach at lee.t.roach@usace.army.mil. Proposals will be evaluated based on technical merit and past performance, with a focus on small business participation.
Renovation of WPAFB Laboratory Space - Dayton, OH
Buyer not available
The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.