Ft Novosel, Alabama- Burger King Image Update
ID: GNFR-FC-NVO-25-23244Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEARMY/AIR FORCE EXCHANGE SERVICEPZ - K OFC OF DIR-PROCU 1018572DALLAS, TX, 75236-1598, USA

NAICS

Construction (23)

PSC

CONSTRUCTION OF DINING FACILITIES (Y1FD)
Timeline
    Description

    The Army and Air Force Exchange Service (AAFES) is soliciting proposals for a renovation project to update the Burger King facility at Fort Novosel, Alabama, under solicitation number GNFR-FC-NVO-25-23244. The project aims to enhance the establishment's image through comprehensive interior and exterior renovations, including upgrades to mechanical and electrical systems, compliance with modern safety and accessibility standards, and adherence to federal environmental regulations. This initiative is crucial for maintaining the quality and standards expected of AAFES dining facilities, ensuring a safe and welcoming environment for service members and their families. Interested contractors should note that the estimated project cost ranges from $500,000 to $1,000,000, with a completion timeframe of 120 days from the Notice to Proceed, and proposals are due by March 21, 2025. For further inquiries, potential bidders can contact Christian Villamin at villaminc@aafes.com or by phone at 214-312-3219.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army & Air Force Exchange Service (AAFES) is soliciting proposals for an interior renovation of a Burger King at Ft. Novosel, Alabama, through solicitation number GNFR-FC-NVO-25-23244. The estimated project cost ranges from $500,000 to $1,000,000, with a completion timeframe of 120 days from the Notice to Proceed. Potential contractors must review a detailed solicitation package and can contact the local General Manager for site visits. Proposals must include specific documents, such as financial capability data, a proposal bond, and representations in compliance with current legislative requirements regarding prohibited suppliers, particularly from the Xinjiang Uyghur Autonomous Region. The submission deadline is March 21, 2025, and proposals will be evaluated based on responsiveness, pricing competitiveness, and contractor qualifications. Any resulting contract will require performance and payment bonds, and adherence to the Buy American Act and Trade Agreements Act. The project underscores AAFES’s commitment to upgrading its facilities while ensuring compliance with federal regulations and promoting domestic sourcing.
    The Army and Air Force Exchange Service (AAFES) has issued a contract for a Burger King image update at Ft. Novosel, Alabama, as outlined in contract number GNFR-FC-NVO-25-23244. The agreement stipulates that the contractor will renovate the existing Burger King interior and modify mechanical and electrical systems to comply with the franchise's standards. The contract commences following the Notice to Proceed and spans a total of 120 days. Key stipulations include the contractor's obligation to adhere to all federal, state, and local laws; maintain insurance covering bodily injury and property damage; and comply with safety regulations specified by U.S. Army Corps. The document sets out detailed terms regarding procurement integrity, liability for environmental compliance, debarment notification, and handling of disputes under the Contract Disputes Act. It emphasizes that the contractor operates independently of the Exchange, presenting limitations on how it can represent or associate with the AAFES. The comprehensive terms outline project responsibilities, completion verification processes, and conditions affecting the workforce, ensuring operational compliance and delineating risk management throughout the contract duration. This document exemplifies the structured approach the federal government employs in managing contracts for services on military installations.
    The document outlines the renovation project for a Burger King located at Fort Novosel, Alabama, managed by the Army Air Force Exchange Service (AAFES). The purpose is to upgrade the establishment's image and comply with modern standards, focusing on architectural and engineering requirements. Key tasks include a complete building renovation featuring interior and exterior modifications, accessibility improvements, and compliance with building codes and safety regulations. The project mandates a site survey by the general contractor to ensure all existing conditions are validated before construction. It recommends obtaining required permits and coordinating with various parties, including the Directorate of Public Works (DPW), regarding environmental assessments and safety precautions. The document details responsibilities concerning construction practices, safety adherence, the management of materials, warranty provisions, and proper disposal of removed items. Highlighted requirements include compliance with applicable codes (IBC 2021, ADAAG, etc.), renovation of kitchen and restroom facilities, and specific instructions for exterior and interior improvements. The specification for materials and fixtures is to follow approved suppliers for consistency with Burger King's standards. Overall, the document serves as a comprehensive guide outlining procedural expectations and responsibilities for stakeholders involved in the renovation project.
    The document outlines the specifications and requirements for the Burger King Image Upgrade project at Fort Novosel, AL, identified as Exchange Project No. 0843-23-001 and Quorum Project No. 23042. It details procurement and contracting prerequisites, including environmental considerations regarding asbestos and lead paint, which must be addressed in compliance with relevant regulations. The project manual contains numerous sections on work summaries, safety plans, construction procedures, and requirements for material handling and disposal, overseen by qualified experts. The contractor is responsible for obtaining necessary environmental permits, managing hazardous materials, ensuring worker safety, and adhering to protocols for waste disposal and environmental protection. The manual emphasizes the importance of comprehensive documentation, timely communication of environmental issues, and preserving historical and biological resources during construction operations. Overall, the document serves as a structured guide for ensuring compliance with federal environmental laws and local regulations while carrying out the construction project.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Campus Style Dining Venue Concession IDIQ under solicitation number NAFBA1-24-R-0024. This initiative aims to modernize dining options for Soldiers and their families, enhancing health, welfare, and morale while aligning with the U.S. Army's Holistic Health and Fitness initiatives. The selected vendor will be responsible for financing, designing, constructing, operating, and maintaining the dining venue, with a focus on providing nutritious food options and advanced technologies such as online ordering. Interested parties should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370 for further details, and must submit their proposals by April 4, 2025, at 4:00 PM CDT.
    A&E Design Interior/Exterior Refresh Bldg 842
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to undertake an interior and exterior refresh of Building 842 at Maxwell Air Force Base in Alabama. The project requires comprehensive architectural and engineering services, including the development of construction drawings, specifications, and cost estimates, while addressing specific concerns such as lead-based paint and HVAC system upgrades. This procurement is crucial for maintaining and enhancing the facility's operational standards in compliance with federal regulations and safety codes. Interested firms must be located within a 250-mile radius of Maxwell AFB, registered in SAM.gov, and submit their proposals by March 21, 2025, with an estimated contract value between $25,000 and $100,000. For further inquiries, contact Kemeshia Smith at kemeshia.smith@us.af.mil or Jeremy Clark at jeremy.clark.8@us.af.mil.
    A&E Demo Bldg 1503/Renovate Bldg 833
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for the demolition of Building 1503 and the renovation of Building 833 at Maxwell Air Force Base in Alabama. The selected contractor will be responsible for providing comprehensive design documents, including construction drawings, specifications, and cost estimates, while ensuring compliance with applicable building codes and environmental standards. This project is crucial for enhancing base facilities and operational capabilities, with an estimated contract value ranging from $25,000 to $100,000 and a performance period of 260 calendar days. Proposals are due by March 21, 2025, following a site visit on March 5, 2025, and interested firms must be located within a 250-mile radius of the base and registered in SAM.gov. For further inquiries, contact Kemeshia Smith at kemeshia.smith@us.af.mil or Jeremy Clark at jeremy.clark.8@us.af.mil.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    GRADING, DRAINAGE AND PAVEMENT CONSTRUCTION, MAINTENANCE, AND REPAIRS POSTWIDE FORT NOVOSEL, ALABAMA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for grading, drainage, and pavement construction, maintenance, and repairs at Fort Novosel, Alabama. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity contract, with a guaranteed minimum of $2,000 and a total potential value not exceeding $29,500,000 over a five-year period, contingent on exercised options. This contract encompasses a range of construction tasks, including asphalt paving and drainage work, and emphasizes compliance with safety, environmental regulations, and quality control measures. Proposals are due by March 10, 2025, at 10:00 AM EST, and interested contractors should contact Edward WojtanIII at edward.w.wojtan2.Civ@army.mil for further information.
    Armed Forces Recruiting Stations Tenant Improvements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking construction contractors for tenant improvements and security system installations at Armed Forces Recruiting Stations located in Maryland and other Mid-Atlantic states. The project involves comprehensive renovations, including aesthetic and functional upgrades such as the installation of wall graphics, carpet tiles, and new doors, as well as the repair and repainting of existing structures to create a modern and professional environment. This initiative is crucial for enhancing the usability and compliance of recruiting facilities, with an estimated contract value between $100,000 and $500,000. Interested contractors, particularly small and service-disabled veteran-owned businesses, must submit their capability statements by February 25, 2025, and should be registered in the SAM database to be eligible for contract award. For further inquiries, contact Sharon Alexander at sharon.l.alexander@usace.army.mil or call 410-962-0191.
    Y1FD--Project: 508-22-102, Renovate Nutrition and Food Service and Freezers
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the Nutrition and Food Service and Freezers at the Atlanta Veterans Affairs Medical Center, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves extensive interior renovations covering approximately 13,570 square feet, with a budget estimated between $5 million and $10 million, including demolition, structural modifications, and the installation of advanced electrical, plumbing, HVAC systems, and refrigeration equipment. This renovation is crucial for enhancing operational efficiency and ensuring compliance with modern health and safety standards in serving veterans. Proposals must be submitted electronically by February 24, 2025, following a site visit scheduled for January 14, 2025; interested contractors can reach out to Contracting Officer Joyce Powers at joyce.powers1@va.gov for further inquiries.
    FY25 MAFB Construct Fire Station Bay Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking capable businesses for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. This project, estimated to cost between $5 million and $10 million, involves the construction of a facility approximately 20,000 square feet in size, designed to accommodate emergency services equipment and trailers, including features such as parking stalls, a foam storage room, restroom facilities, and utility spaces. The procurement is critical for enhancing emergency response capabilities in remote climates, and interested firms must demonstrate relevant experience and comply with military design standards. Responses to the Sources Sought Notice are due by February 26, 2025, and interested parties should contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil for further details.
    Renovation of 11 H Barracks - McGregor Range, New Mexico
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms for the renovation of 11 H-Barracks buildings at McGregor Range in New Mexico. The project involves a comprehensive design-bid-build renovation to convert the existing barracks configuration into a U-shaped layout, ensuring compliance with current codes and standards, including updates to electrical, plumbing, HVAC systems, and the installation of a new fire suppression system, among other improvements. This renovation is critical for maintaining troop housing facilities and enhancing operational readiness. Interested firms must respond to this sources sought notice by February 28, 2025, with a project estimated between $25 million and $100 million, and the anticipated solicitation will be issued in the third quarter of fiscal year 2025. For further inquiries, contact Lindsay Chvilicek at lindsay.m.chvilicek@usace.army.mil or call 817-408-5319.
    Renovate Restrooms, Gunfighter Club
    Buyer not available
    Presolicitation DEPT OF DEFENSE is planning to renovate restrooms at the Gunfighter Club located in Mountain Home AFB, ID. The project involves demolishing walls, concrete floor, partitions, fixtures, and accessories in the existing restrooms. The restrooms to be renovated include the main facility restrooms and the lounge restrooms. The renovation will include reconfiguring the restrooms to provide ADA accessibility and installing new fixtures, partitions, accessories, and finishes. Plumbing/piping will also be repaired/replaced and reconfigured to suit the new layout. The project is a 100% Small Business Set-Aside with a contract period of 90 days for the main facility restrooms and 60 days for the lounge restrooms. The estimated project cost is between $100,000.00 and $250,000.00. Interested parties must be registered with the System for Award Management (SAM) and can find the solicitation on the Federal Business Opportunities (FBO) website.