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 Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 5:00 PM UTC
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, including converting one unit into a reception area and ensuring compliance with the Americans with Disabilities Act (ADA). This initiative is crucial for enhancing military housing accommodations, ensuring they meet modern standards of accessibility and sustainability. Interested contractors must submit their proposals by May 9, 2025, and are encouraged to attend a site visit on April 9, 2025, for further insights into the project requirements. For inquiries, contact Laura K. Morant at laura.morant.3@us.af.mil or Daniel Stilts at 14cons.pka.construction@us.af.mil.

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.
Apr 10, 2025, 3:07 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.
Apr 10, 2025, 3:07 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.
Apr 10, 2025, 3:07 PM UTC
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.
Apr 10, 2025, 3:07 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.
Apr 10, 2025, 3:07 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.
Apr 10, 2025, 3:07 PM UTC
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.
Apr 10, 2025, 3:07 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
Columbus AFB, Mississippi- Image Upgrade w/New Express & Fuel
Buyer not available
The Army & Air Force Exchange Service (AAFES) is soliciting proposals for a construction project titled "Image Upgrade w/New Express & Fuel" at Columbus Air Force Base in Mississippi. This project involves a comprehensive renovation of the existing Exchange facility, including the construction of a new Express store, a fuel station, and various upgrades to the building's structure and finishes, covering a total area of 29,959 square feet. The initiative is crucial for enhancing the operational capabilities and services available to military personnel and their families. Interested contractors must submit their proposals by May 19, 2025, and may direct technical inquiries until May 7, 2025. The estimated project cost ranges from $5 million to $10 million, and compliance with federal regulations, including wage determinations and safety standards, is mandatory. For further details, potential bidders can contact David Combs at combsdm@aafes.com or call 214-312-2732.
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 replacing approximately 27,882 square feet of roofing on six buildings, including the removal of existing roofing materials and structural components, with compliance to federal regulations regarding asbestos management and construction 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, and are encouraged to contact primary point Tariq Abdullah at tariq.abdullah.1@us.af.mil or 660-687-2594 for further details.
Repair Roof Base Ops, B847
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and replacement of the roof of Building B847 at Columbus Air Force Base in Mississippi. The project aims to eliminate persistent water leaks that have impacted critical operations, requiring contractors to provide all necessary labor, materials, and equipment to complete the work within a 180-day timeline. This procurement is significant for maintaining the functionality of the facility, and it is set aside for small businesses under the SBA guidelines, with an estimated contract value between $500,000 and $1 million. Interested bidders must contact the primary point of contact, Sang Park, at sang.park.6@us.af.mil or 662-434-7775, to register for a site visit by April 21, 2025, and submit all requests for information by May 5, 2025.
Install Mx Hanger Fans
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the design, furnishing, and installation of electrical components necessary for high volume, low speed ceiling fans in Buildings 995 and 450 at Columbus Air Force Base, Mississippi. The objective of this procurement is to enhance airflow and improve working conditions for maintenance personnel servicing T-1 Jayhawk and T-6 Texan II aircraft, particularly during hot summer months. This project is critical for maintaining operational efficiency and quality of life for personnel, as it involves adhering to strict design standards and ensuring minimal disruption to ongoing military operations. Interested contractors must respond to the Sources Sought announcement by May 3, 2025, providing relevant business details and experience, with the project magnitude estimated between $100,000 and $250,000. For further inquiries, potential vendors can contact Amn Eric C. Smith at eric.smith.185@us.af.mil or Daniel Stilts at daniel.stilts@us.af.mil.
Dover AFB - Dorm B435 Design, Demolition, & Construction
Buyer not available
The Department of Defense, through the 436th Contracting Squadron, is seeking qualified contractors for the design, demolition, and renovation of Dormitory Facility 435 at Dover Air Force Base in Delaware. The project involves providing comprehensive 100% design services, adhering to the Air Force Whole Building Design Guide and applicable codes, with a focus on extensive interior and exterior repairs, HVAC system updates, and enhancements to fire suppression and electrical systems. This initiative is crucial for maintaining and modernizing living facilities for personnel, with an estimated project value exceeding $10 million. Interested firms must submit their capability statements by May 9, 2025, and should contact SSgt. Jacqueline S. Evans at jacqueline.evans.3@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil for further information.
2025 Altus Air Force Base Multiple Award Construction Contract (MACC)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the 2025 Altus Air Force Base Multiple Award Construction Contract (MACC). This opportunity is set aside for 8(a) certified businesses and focuses on commercial and institutional building construction, specifically involving the repair or alteration of miscellaneous buildings. A mandatory site visit is scheduled for April 18, 2025, at 10:00 AM Central Daylight Time (CDT), where potential offerors are strongly encouraged to attend to gain a comprehensive understanding of the project scope. For further inquiries, interested parties can contact Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Jarrod Ford at jarrod.ford@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 in Oklahoma, specifically under project WWYK200132. The project aims to upgrade men's and women's restrooms, showers, and janitor closets within Building 2121, 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 are current MAC BOA holders must submit their proposals by May 16, 2025, following an initial site visit, and can contact TSgt Tayla Begnaud at tayla.begnaud@us.af.mil or Brent Rockow at brent.rockow.1@us.af.mil for further information.
Commercial On-Base Lodging (COBL) Industry Forum
Buyer not available
The Department of Defense, through the Air Force Installation and Mission Support Center, is hosting a pre-solicitation Industry Forum for the Commercial On-Base Lodging (COBL) program, aimed at privatizing and enhancing lodging facilities across approximately 60 installations in the United States. This initiative seeks to modernize on-base lodging for Airmen, Guardians, and their families by leveraging private sector partnerships to improve service quality and operational efficiency, ultimately encompassing around 17,000 rooms. The Industry Forum will take place on May 29, 2025, in Washington, DC, providing an overview of the COBL program, the solicitation process, and an opportunity for attendees to engage in a Q&A session. Interested parties must pre-register by May 15, 2025, by emailing AFCEC.CIL.Workflow@us.af.mil, and are encouraged to review the draft Request for Proposals (RFP) available on SAM.gov for further details.
Convert B290 & 291 to LRS Warehouse
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of Buildings 290 and 291 at Holloman Air Force Base in New Mexico, aimed at enhancing the operational capabilities of the 377th Logistics Readiness Squadron (LRS). The project involves a comprehensive design/build effort that includes demolishing, renovating, and constructing new facilities, with a focus on administrative and storage spaces, as well as the installation of a new overhead loading dock and updates to communication systems. This initiative is critical for modernizing military facilities to meet operational demands, with a contract value anticipated between $1 million and $5 million. Interested contractors must ensure compliance with all solicitation requirements and register in the System for Award Management (SAM) to be eligible for consideration, with the solicitation expected to be posted around May 12, 2025. For further inquiries, potential offerors can contact SrA Zelena Dorudemir at zelena.dorudemir@us.af.mil or SrA James Trill at james.trill.1@us.af.mil.
Addition/Repair Medical Training Facility, B3120, Eglin Air Force Base, FL
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the addition and repair of the Medical Training Facility B3120 at Eglin Air Force Base, Florida. This project involves constructing an addition that includes a concrete foundation, steel frame, HVAC systems, and various interior finishes, aimed at enhancing training and administrative functions for the facility. The contract, part of an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), has an estimated value between $1,000,000 and $5,000,000, with proposals due by 10:00 AM ET on May 26, 2025. Interested contractors should direct inquiries to Charity Mansfield at charity.a.mansfield@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil for further information.