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
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the renovation of Temporary Lodging Facilities (TLFs) at Columbus Air Force Base in Mississippi. The project aims to standardize and upgrade ten TLF units across five buildings, ensuring compliance with the Americans with Disabilities Act (ADA) and enhancing overall facility quality through comprehensive renovations that include electrical, plumbing, and HVAC system upgrades. This initiative is crucial for providing improved lodging accommodations for military personnel and their families, reflecting the government's commitment to sustainability and regulatory compliance. Interested contractors must submit their proposals by July 2, 2025, and can direct inquiries to Laura K. Morant at laura.morant.3@us.af.mil or Daniel Stilts at 14cons.pka.construction@us.af.mil, with a project budget estimated between $1 million and $5 million.

    Files
    Title
    Posted
    The Columbus Air Force Base's project EEPZ243943 aims to convert existing Temporary Lodging Facility (TLF) units B7202A and B7202B into an ADA-compliant reception area and updated TLF, respectively. Unit 7202A will be transformed into the Magnolia Inn's reception area, including a lobby, computer room, offices, and restrooms. Significant renovations will ensure compliance with the Americans with Disabilities Act (ADA). Necessary infrastructure updates include new communication and electrical systems, enhanced fire protection, and plumbing modifications. Unit 7202B will receive updates like new flooring, lighting, and bathrooms while adhering to ADA standards. The project encompasses extensive demolition and new installations across both units, focusing on safety, environmental protection, and quality control, adhering to Air Force regulations and other applicable codes. Sustainable practices will be integrated into the design and construction phases, ensuring value over the life cycle of the facilities. The document outlines detailed tasks and standards for contractors to follow, emphasizing coordination with government officials and compliance with existing standards throughout the renovation process. Overall, this initiative reflects the Air Force's commitment to improving facility functionality and accessibility for its personnel and visitors.
    The Design-Build Statement of Work (SOW) outlines renovations to two Temporary Lodging Facility (TLF) units at Columbus Air Force Base (CAFB), addressing compliance with the Architectural Barriers Act (ABA). Unit 7202A will be upgraded to meet ABA standards, while Unit 7202B will not require accessibility modifications. The project includes extensive upgrades such as flooring, electrical rewiring, plumbing renovations, and improved HVAC systems, ensuring sustainable practices are integrated throughout. Specific tasks include: - Preserving existing communication systems and relocating components as necessary. - Replacing and installing new electrical systems, including service panels, circuits, light fixtures, and smoke detection systems adhering to safety codes. - Renovating bathrooms and kitchens to provide ABA-compliant fixtures and installations. - Utilizing new materials for ceiling, wall repairs, and paint in line with CAFB standards. The project emphasizes quality control, safety, and adherence to federal, state, and local regulations, ensuring a functional, accessible, and renovated living environment. This document serves as a guide for contractors engaged in the renovation, emphasizing compliance with military and legal standards while enhancing the overall quality of CAFB's lodging facilities.
    The Statement of Work (SOW) for Project Number EEPZ245591 outlines the renovation of ten Temporary Lodging Facility (TLF) units at Columbus Air Force Base in Mississippi. The project involves complete refurbishment of the units across five buildings, addressing essential systems such as electrical, plumbing, mechanical, and safety features while adhering to updated Air Force standards and codes. The contractor is responsible for maintaining existing utilities, demolishing outdated systems, and installing new equipment including GFCI-protected circuits and updated HVAC systems. The scope includes interior repairs, surface finishing, and ensuring compliance with life safety regulations. It emphasizes sustainable practices and incorporates extensive design requirements that necessitate professional oversight. The government will not provide materials or salvage existing components, reinforcing the contractor's obligation to deliver complete, code-compliant installations. Overall, the SOW emphasizes quality control, safety, and adherence to regulatory standards, reflecting the government's commitment to enhancing TLF facilities at the base.
    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.
    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.
    The document outlines the project to convert a Temporary Living Facility (TLF) to an American Disabilities Act (ADA) compliant reception area, designated as Project No. EEPZ243943. It serves as a guideline for contractors, emphasizing compliance with regulatory standards and submission requirements for various materials, including construction drawings, samples, and environmental reports. The project includes detailed sections on demolition, phasing, and construction plans, alongside essential documentation such as compliance certificates, material warranties, and material submittal schedules. Specific items necessitate approval from the contractor (KTR) before execution, with clear deadlines for submissions and approvals. The environmental considerations involve hazardous waste reporting and stormwater management, underscoring the necessity for sustainable practices. This project reflects the government's commitment to ensuring facilities are accessible and compliant with health and safety regulations, providing a structured framework for material tracking and contractor responsibilities throughout the project lifecycle.
    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.
    The document is a Request for Information (RFI) relating to the renovation of Temporary Lodging Facilities (TLFs). It addresses key aspects such as contractor responsibilities, specifications, design requirements, and compliance with safety and sustainability standards. Key points include confirmation that all design fees are the contractor's responsibility, acceptance of past performance on commercial projects instead of government projects, and clarification on the scope of work regarding hazardous materials and ADA compliance. The document outlines necessary upgrades to electrical systems and plumbing, specifies that all renovations will occur in unoccupied units, and requires adherence to established codes such as UFGS and NFPA standards. It concludes with detailed procedural guidelines for contractor access and project management, emphasizing the importance of submitting comprehensive bids that cover all aspects involved, including maintaining project timelines and ensuring effective communication with the government. Overall, this RFI aims to clarify the project’s requirements to facilitate fair and accurate bidding processes.
    The document addresses key inquiries regarding the Request for Information (RFI) related to Temporary Lodging Facilities (TLFs). It clarifies several important points regarding project requirements and roles. Firstly, there will be no HVAC Controls included as per the revised Statement of Work (SOW). Contractors from out of state need to consider the Mississippi Contractor's Tax, which should be accounted for in their Bonds and Insurance as a lump sum. Additionally, it specifies that the Superintendent cannot serve as the Quality Control Manager (QCM) but may act as the Site Safety and Health Officer (SSHO). Separate individuals are required for QC Manager and SSHO roles. It also confirms that the project's 365-calendar day duration starts upon receipt of the signed Notice to Proceed (NTP) following the approval of the 100% Design Submittal. This document serves to clarify critical elements of the contracting process, especially regarding contractor responsibilities and project timelines in government contracting initiatives.
    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.
    The document outlines an amendment to a solicitation for Temporary Lodging Facilities (TLFs) renovations, particularly focusing on converting existing units into a reception area and ensuring ADA compliance. Key modifications include the extension of the proposal due date to May 9, 2025, the addition of a Statement of Work (SOW) detailing the renovation requirements, and the overall project objective to repair and refresh ten TLF units. The modification also includes new line items addressing the project code and funding stipulations, adjustments to inspection and acceptance protocols, and specifics on delivery and performance timelines. Payment terms emphasize the requirement for electronic fund transfers for contractor payments, ensuring streamlined financial processes. Overall, the amendment aims to enhance accommodation facilities while adhering to sustainable practices and compliance with federal guidelines. The document is structured with sections addressing various aspects of the amendment, ensuring clarity and completeness regarding the changes made to the solicitation process.
    The document is an amendment to a solicitation concerning Temporary Lodging Facilities (TLFs), extending the proposal due date from May 9, 2025, at 12:00 AM CDT to May 28, 2025, at 12:00 PM CDT. It outlines the necessary steps for vendors to acknowledge receipt of the amendment, including various methods such as returning copies or electronic notifications referencing the solicitation number. The amendment confirms that other terms and conditions of the original solicitation remain unchanged. This modification emphasizes the importance of timely acknowledgment by contractors to avoid rejection of offers. It illustrates the structured nature of government RFP processes and highlights the need for compliance with specific guidelines while ensuring vendors are informed of significant deadlines regarding contract proposals.
    This document serves as an amendment to a federal solicitation, outlining changes to the original offer. Key modifications include an updated Statement of Work (SOW) from January 2025 to May 2025, and an extension of the proposal due date from May 28, 2025, to July 2, 2025, adding 35 days for submissions. Additional information is available on SAM.gov regarding site visit dates, times, and responses to Requests for Information (RFIs). The amendment indicates that all other terms and conditions of the solicitation remain unchanged and in effect. This amendment is vital for maintaining compliance and ensuring that all stakeholders are informed of the adjustments to the solicitation process.
    The document outlines an amendment to a solicitation for a federal contract involving the repair of Temporary Living Facilities (TLFs) for compliance with the Americans with Disabilities Act (ADA). It officially amends an existing solicitation (FA302225R0001) by updating the Statement of Work (SOW) from an earlier version dated January 7, 2025, to a revised version dated May 14, 2025. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. Additionally, it details the processes for offerors to acknowledge receipt of the amendment and make any changes to existing offers. The amendment is part of ensuring that federal contracts adhere to regulatory compliance standards and reflects the ongoing improvements of government facilities. The document also lists and includes additional attachments related to the amendments and removes outdated materials. Overall, this amendment facilitates the continued enhancement of housing facilities while ensuring compliance with federal regulations and standards.
    This document outlines an amendment to a federal solicitation, emphasizing compliance with new sustainability requirements in contracts. The modification includes updated clauses (52.223-2 and 52.223-23) that mandate contractors give preference to biobased products as designated by the U.S. Department of Agriculture (USDA) and other sustainable products as defined by the U.S. Environmental Protection Agency (EPA). Contractors are required to report on the biobased products purchased annually and at the end of the project, contributing to the government's goals for sustainable procurement. Additional requirements for energy-efficient products, products made from recovered materials, and those following specific environmental standards are established. This amendment reinforces the importance of sustainability in government contracts while maintaining existing terms and conditions. The overarching purpose is to ensure that federal contracts contribute to environmental sustainability through specified procurement practices.
    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
    Similar Opportunities
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Maxwell AFB - Airfield Repairs - Amendment 0003
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for further project insights.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    FY26 Improve Military Family Housing PAIP 9 Phase 3
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is preparing to solicit bids for the FY26 Improve Military Family Housing PAIP 9 Phase 3 project at Yokota Air Base, Japan. This project involves the modernization, renovation, and repair of thirty-four three-bedroom military family housing townhouse units, with an estimated construction cost between ¥2,500,000,000 and ¥10,000,000,000. The successful contractor will be required to complete the work within an 18-month performance period, and the solicitation is anticipated to be issued in December 2025 or January 2026. Interested bidders must be registered in the System for Award Management (SAM) and possess the necessary Japanese construction licenses, with bids due by the specified deadline. For further inquiries, contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 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.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Facilities Acquisitions for Restoration and Modernization (FARM) III project, which involves commercial and institutional building construction in Coopertown, Tennessee. The procurement aims to finalize an updated Draft Statement of Work (SOW) and address industry questions to clarify project requirements, including contractor responsibilities for Integrated Scheduling, design compatibility with AutoCAD 2018 or later, and professional engineering services. This initiative is crucial for enhancing the operational capabilities of military facilities, ensuring compliance with energy and environmental standards, and facilitating efficient project execution. Interested contractors can reach out to Robert Mosley at robert.mosley.3@us.af.mil or Andrew Waggoner at andrew.waggoner.3@us.af.mil for further details and to review the attached documents for additional insights.
    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.