Renovation of Bldg 309 for Operations and Training
ID: W50S8V-25-B-A010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N7 USPFO ACTIVITY WVANG 167MARTINSBURG, WV, 25405-7704, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the renovation of Building 309 at the 167th Airlift Wing in Martinsburg, West Virginia. This project aims to enhance operational and training capabilities through interior renovations, including the relocation of walls, upgrades to security areas, and improvements to electrical, HVAC, mechanical, and fire protection systems. The contract is designated as a total small business set-aside under NAICS code 236220, with an estimated value between $1 million and $5 million, and a performance period of 550 calendar days. Interested contractors must submit their bids by June 6, 2025, and can direct inquiries to Christopher P. Broschart at christopher.broschart@us.af.mil or John M. Knabenshue at john.m.knabenshue2.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the application process for personnel and visitor passes required for contractors and visitors accessing the 167th Airlift Wing, part of the Air Force/Air National Guard. It mandates that individuals fill out personal information, including names, Social Security numbers, and vehicle details, while also submitting copies of relevant identification, such as driver's licenses and vehicle registrations. The application is divided into three sections: the first for contractor or visitor details, the second for the contracting office's certification of the applicant's official capacity, and the third for security verification, including an NCIC check. The Privacy Act Statement asserts the need for personal information to assess suitability for access to the military installation, indicating that failure to provide required details may lead to denial of access. This process is integral to ensuring security compliance for personnel working under Air Force contracts, reflecting the meticulous requirements involved in federal military operations and contracts. The pass must be returned upon contract expiration or at the end of the visit, emphasizing the importance of maintaining up-to-date security clearances and documentation.
    The document serves as an abstract of offers received for a construction project entitled "Renovate B309 for Operations and Training," issued by the West Virginia Army National Guard (WVANG). It details the solicitation number, issuing office, and dates related to the project. The main sections include descriptions of offered items such as various construction jobs related to demolition, window shades, wiring, and restroom renovations, with each item assessed in terms of estimated quantity, unit price, and total estimated amount. Notable offerors, such as Global Gate, LLC and Capital Trades, LLC, submitted bids with varying bid securities and acknowledgment of amendments. Each contractor's total bid amounts are provided, showcasing a comparison of offers, which range from over $4.5 million to over $8 million. The purpose of this document is to compile and certify offers received in response to government RFPs, ensuring transparency and competitiveness in the procurement process for federal and state contracts. It outlines obligations for all participants, emphasizing the importance of adhering to established guidelines and securing appropriate bids for government-funded construction projects. Overall, this abstract indicates the federal government's commitment to fostering fair bidding practices while facilitating critical infrastructure improvements.
    The renovation project for Building B309 at the Martinsburg Air National Guard Base, West Virginia (Project No. PJVY172103), aims to upgrade facilities for operations and training. This document serves as a resubmission that outlines a comprehensive plan detailing the renovations. It includes various drawings, such as floor plans for demolition and proposed designs, as well as mechanical, plumbing, and fire protection details and schedules. Key elements feature the demolition plans for both floors, finishes schedules, and room specifications while addressing safety protocols. Additionally, it encompasses engineering and architectural requirements for mechanical systems, ductwork, and plumbing, ensuring compliance with federal construction standards. The project is significant in enhancing operational capabilities and safety for personnel. The structured format of the document, including revisions and detailed drawings, serves to facilitate the approval process in alignment with federal and local RFPs, focusing on necessary upgrades to meet current operational standards and safety regulations.
    The document outlines the renovation project for Building 309 at the Shepherd Field Air National Guard Base, aimed at enhancing operations and training facilities. The project, authorized by the National Guard Bureau, involves extensive modifications, including the demolition of existing interior finishes, relocation of sensitive areas, and installation of updated HVAC, plumbing, and electrical systems. Key phases of work are clearly defined and will be initiated based on progress requirements and government occupancy needs. The document specifies work restrictions to ensure minimal disruption to existing operations, outlining contractor responsibilities and safety protocols during construction. A detailed management framework is established to facilitate coordination among all parties involved, including schedules for inspections, tests, and submittals, which are essential for maintaining project timelines. The renovation aligns with federal guidelines, committing to high standards in quality control and safety and adhering to regulations throughout the construction process. This initiative demonstrates the government’s emphasis on modernizing military facilities to meet current operational demands while ensuring compliance with legal and safety standards.
    The Department of the Air Force's 167th Airlift Wing has issued a Statement of Work (SoW) for the renovation of Building B309 at Shepherd Field Air National Guard Base in Martinsburg, WV. The project aims to enhance operational and training capabilities by renovating the facility in two distinct phases: the first floor followed by the second floor. The contractor is responsible for all stages, including demolition, delegated design submissions, and compliance with numerous standards and safety regulations. Key requirements include obtaining necessary permits, maintaining site safety, and ensuring waste management per environmental regulations. The contractor must also follow established workmanship and material standards, including specific building codes and regulations set by the Air Force and OSHA. A period of performance spans a maximum of 550 days from the Notice to Proceed, and multiple submittal deadlines are detailed for project documentation. Final acceptance of work involves thorough inspections and adherence to warranty stipulations. This project underlines the Air Force's commitment to maintaining its facilities while ensuring safety and compliance with federal and state laws.
    The government solicitation W50S8V-25-B-A010 seeks proposals for the renovation of Building 309 for operations and training at the 167th Airlift Wing in Martinsburg, WV. The document outlines a series of Requests for Information (RFIs) covering various aspects of the project. Key issues addressed include site access requirements, material specifications, and construction protocols related to electrical work, security systems, and fire alarms. The solicitation clarifies that all bids must be submitted in person at a designated location and emphasizes the importance of visitor requirements for facility access. Additionally, it specifies that products must comply with the Buy American Act and provides guidance on existing infrastructure, such as the reuse of electrical components and cleaning protocols for ductwork. The document requires contractors to ensure IT connectivity during renovations and gives clear instructions on phasing and responsibilities for removing furniture and existing IT infrastructure. Overall, this project is part of ongoing efforts to modernize military facilities while adhering to stringent regulations and standards.
    The solicitation titled "Renovate B309 for Operations and Training" (W50S8V-25-B-A010) outlines a project managed by the 167th Airlift Wing in Martinsburg, WV, including a series of Requests for Information (RFI) addressing contractor inquiries. Key details include the requirement for bids to be hand-delivered to specific locations, with established protocols for access to the site, and the firm deadline for bid submission. Notable design specifications include the adherence to the Buy American Act and various requirements for electrical installations, such as using MC cabling in designated conditions and ensuring all lighting and power outlets comply with specified design parameters. The document further clarifies the project scope, indicating responsibilities regarding existing systems, security features, and the necessity for electrical power to be supplied to new Variable Air Volume (VAV) systems. Specifics on the management of materials such as existing furniture and hazardous materials, notably asbestos handling, are included and require careful attention. The phasing plan demonstrates the need for minimal disruption to ongoing operations during construction. This project exemplifies the government's intent to enhance operational capabilities while maintaining compliance with all regulatory standards and ensuring safety on site.
    The solicitation W50S8V-25-B-A010 seeks proposals for renovating Building 309 at the 167th Airlift Wing, Martinsburg, WV. The document includes responses to various Requests for Information (RFIs) dated from May 6 to May 28, 2025. Key details include bid submission requirements, project specifications, and security provisions. Bids must be submitted in person at a designated repository and cannot be emailed. The renovation will utilize materials compliant with the Buy American Act, and existing electrical systems may be reused if operational. A phased approach is planned for construction, starting with the first floor while the second remains occupied. Various electrical and security systems are outlined, with clarification required on specific devices and responsibilities for installation. The government emphasizes adherence to safety standards, including potential identification and management of asbestos during construction. Overall, the document illustrates the project's scope, including standards for materials and systems, aligned with federal contracting protocols.
    The government solicitation W50S8V-25-B-A010 pertains to the renovation of Building 309 for operations and training at the 167th Airlift Wing in Martinsburg, WV. This document includes Requests for Information (RFIs) detailing inquiries from potential contractors regarding project specifications, site access, and product requirements. Key topics discussed include the submission process for bids, types of materials required (e.g., exit signs and electrical panels), adherence to the Buy American Act, and security systems responsibilities. The document clarifies the conditions under which existing materials can be reused and specifies construction practices, including cabling methods and the installation of AV systems. Contractors are advised on constraints regarding work hours and noise, phasing of construction, and responsibilities concerning furniture and equipment removal. Overall, the document reflects a structured approach to the renovation project, ensuring compliance with federal regulations and clarifying expectations for bidders, thus facilitating an organized procurement process essential for federal projects.
    The document outlines a Request for Information (RFI) related to the renovation of building B309 for operations and training at the 167th Airlift Wing in Martinsburg, WV. It addresses inquiries received on May 7, 2025, following a site visit on May 6, 2025. Key points include requirements for submitting bids, which must be hand-delivered to a designated repository at the Airlift Wing, accompanied by a visitor’s pass for access. Bidders must adhere to the timeline for bid submission since late entries may be rejected. The RFI also clarifies that no additional site visits will be conducted for this project. The information provided aims to ensure potential bidders understand the process and requirements for submitting their proposals effectively, highlighting the procedural compliance crucial for government contracting. This initiative reflects the federal government’s commitment to transparency and structured bidding processes within its renovation projects.
    The document outlines a federal Request for Proposals (RFP) concerning the renovation of Building 309 (B309) for operations and training at the 167th Airlift Wing, Martinsburg Air National Guard Base, West Virginia. The project entails relocating interior walls, upgrading physical security areas, and improving electrical, HVAC, mechanical, and fire protection systems. A firm-fixed price contract will be awarded, specifically for small businesses under NAICS code 236220. The estimated contract value is between $1 million and $5 million, with a performance period of 550 calendar days. Key details include a bid due date of June 6, 2025, and a site visit following the briefing. Mandatory wage determinations under the Davis-Bacon Act apply, with the relevant rates available online. Contractors must submit a complete package that includes required forms and acknowledges any amendments to the solicitation. Questions regarding the RFP must be directed to designated officials via email by May 13, 2025. This RFP is significant as it indicates the government's intent to invest in military infrastructure, highlighting the need for compliance with safety and construction regulations. It reflects ongoing commitment to enhancing operational capabilities while ensuring adherence to legal and regulatory standards.
    The solicitation for the renovation of Building 309 at 222 Sabre Jet Blvd, Martinsburg, WV, aims to enhance operations and training space. This project, identified as a total small business set-aside, falls under NAICS 236220 with a size standard of $45 million. The estimates for the project's magnitude range from $1 million to $5 million, with Davis Bacon wage rates applicable. The contractor is mandated to supply performance and payment bonds, commence work within a specified period post-award, and finalize renovations within 550 calendar days upon receiving notice to proceed. Bidders must submit sealed offers, including the required documentation and guarantees, by a specified deadline. The solicitation emphasizes pre-bid inquiries must be submitted to the contracting office through formal channels, with additional information and any amendments posted on the SAM.gov portal. A pre-bid conference and site visit have been scheduled to allow bidders to assess project conditions firsthand. The government will award the contract based on the best price and responsiveness to requirements, underscoring the urgency of obtaining appropriated funds before contract execution. This solicitation illustrates the government's commitment to facilitating small business participation in public construction projects while adhering to compliance and regulatory standards.
    The government solicitation W50S8V-25-B-A010 seeks bids for the renovation of Building 309 at the Martinsburg, WV location, part of a total small business set-aside initiative under FAR 19.5. The project aims to support operations and training, with an estimated budget between $1 million and $5 million. Required performance and payment bonds are necessary, and Davis-Bacon wage rates will apply. The contractor must begin work within 30 calendar days of award and complete it within 550 days. All bids must comply with detailed submission requirements, including price schedules and certification documents, submitted through the System for Award Management (SAM). A pre-bid conference is scheduled for May 6, 2025, at the project site, with an emphasis on comprehensive understanding of the project scope. Interested contractors are advised to be registered in the SAM database, and proposals may be impacted by funding availability, which is expected prior to contract awards. This solicitation represents the government's ongoing commitment to enhancing infrastructural capabilities through well-defined external partnerships, ensuring compliance with federal procurement regulations.
    The document outlines a Request for Proposals (RFP) for the renovation of Building 309 at 222 Sabre Jet Blvd, Martinsburg, WV, aimed at small businesses in accordance with FAR 19.5. The project involves a total investment expected between $1,000,000 and $5,000,000, and is subject to Davis-Bacon wage rates. Submission requirements include an original offer, a bid bond, and a guarantee within specified timelines. The bid must be submitted in response to the Invitation for Bids (IFB) W50S8V-25-B-A010, with a mandatory pre-bid conference and site visit arranged. The document emphasizes the importance of complying with solicitation provisions and acknowledges that bids must be sealed and marked according to regulations. Furthermore, award consideration will solely be based on price and price-related factors, and no contracts will be granted until funds are appropriated. The contracting process is designed to ensure that responsible bidders are awarded contracts while maintaining compliance with federal acquisition standards and regulations.
    The document outlines a federal government solicitation for the renovation of Building 309 at the 167th Airlift Wing in Martinsburg, WV, a project designated as a total small business set-aside. It is structured as a sealed bid process, where offers must be submitted in adherence to specific guidelines, including pricing arrangements and mandatory bid bonds. The project, identified by solicitation number W50S8V-25-B-A010, anticipates a budget between $1 million and $5 million and follows applicable Davis-Bacon wage rates. The solicitation describes the general requirements, specific bidding instructions, and the division of project work into two phases: focusing first on the first floor and then the second floor. The document provides essential details about submission timelines, technical inquiries, pre-bid conference information, and additional provisions for bidders, including necessity for registration in the System for Award Management (SAM). Overall, the solicitation emphasizes the importance of compliance with numerous federal regulations and standards while promoting opportunities for small businesses in construction, aligning with government objectives for equitable contract distribution. This document serves a crucial role in facilitating a transparent and competitive bidding process for federal construction projects.
    This document is an amendment to solicitation number W50S8V-25-B-A010 regarding the renovation of building B309 at the 167th Airlift Wing in Martinsburg, WV. It outlines important instructions for bidders, including the acknowledgment of amendments to offers and pre-bid conference details, emphasizing that bids are to be submitted by small businesses. The amendment updates the wage determination referencing the Davis-Bacon Act and incorporates responses to requests for information dated May 21, 2025. Key project details include the structured phases of renovation, starting with the first floor, and the necessity for all contractors to comply with applicable wage rates, which are specified for various construction trades. Bidders are instructed to submit all inquiries in writing, emphasizing that all communication must go through the contracting office to ensure timely responses. This amendment is crucial for ensuring compliance with federal regulations and the successful management of the bidding process, reinforcing the government's aim of transparency and fairness in awarding contracts while fostering opportunities for small businesses in government projects.
    This document serves as an amendment to a solicitation, indicating changes to the contract bidding process and extending the deadline for submissions. It details the requirements for bids, including acknowledgment of the amendments, necessary documentation, and submission guidelines. The amendment incorporates a request for information dated June 2, 2025, and updates the Table of Contents accordingly. Key instructions for bidders include the provision of a signed Standard Form 1442, bid schedule completion, submission of a bid bond, and certifications as specified. The document emphasizes the necessity for all bidders to register in the System for Award Management (SAM) database prior to bidding and outlines specific requirements for joint ventures. Moreover, it highlights the need for compliance with various regulations and certifications pertaining to different categories of small businesses. Overall, the amendment clarifies procedural expectations and ensures all participants are informed of changes while reinforcing the standards for submission and bidding that must adhere to federal guidelines.
    The document primarily addresses federal and local government Requests for Proposals (RFPs) and grants, focusing on procurement processes and grant application guidelines. It emphasizes the significance of adherence to regulatory frameworks and procedures necessary for securing funding and contract awards. Key components include: the definition of eligible projects under various grants, requirement specifications for submissions, deadlines, budgetary constraints, and documentation processes. Special attention is given to compliance with federal regulations, such as those relating to environmental assessments and social equity considerations. Additionally, the document outlines evaluation criteria for proposals, detailing how factors such as project feasibility, sustainability, and innovation impact selection. Emphasis is placed on collaboration among stakeholders, ensuring community input, and fostering transparency throughout the procurement process. Overall, this comprehensive outline serves as a resource for applicants seeking federal and state funding opportunities for various initiatives, positioning them to successfully navigate complex requirements and enhance their chances of securing financial support for their respective projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), VA
    Dept Of Defense
    The Department of Defense is soliciting bids for the repair of the Military Working Dog (MWD) Kennel Interior at Facility 1030, Joint Base Langley-Eustis (JBLE), Virginia. The project aims to completely overhaul the existing Heating, Ventilation, and Air Conditioning (HVAC) system and expand individual kennel cells to meet the requirements outlined in the Kennel Design Guide, addressing critical health and odor concerns. This renovation is vital for ensuring the well-being of military working dogs and maintaining operational standards at the facility. Interested contractors should note that the estimated project cost is between $1,000,000 and $5,000,000, with a pre-bid site visit scheduled for January 6, 2026, and bids due by January 22, 2026. For further inquiries, contact Callie J Compton at callie.compton@us.af.mil or 757-764-7228.
    SP-POL-SRM-FY26-JBLE- Repair POL Operations and Fuel Facilities Buildings 741 and 744
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the repair of POL Operations and Fuel Facilities Buildings 741 and 744 at Langley Air Force Base, Virginia. The project involves significant renovations to Building 741, which includes upgrading HVAC systems, electrical and plumbing infrastructure, and replacing fire alarm systems, while Building 744 will be demolished and replaced with a new Fuels lab that includes laboratory spaces and office areas. This procurement is crucial for maintaining operational efficiency and safety in fuel management operations, with an estimated contract value between $5 million and $10 million and an anticipated award date of March 30, 2026. Interested parties should submit their sources sought information to Timothy Boyte at timothy.b.boyte@usace.army.mil and Brandon Hobbs at brandon.s.hobbs@usace.army.mil.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    PATTON HALL COMMUNITY CLUB & CONFERENCE CENTER, JOINT BASE MYER-HENDERSON HALL, VA.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking capability statements from qualified firms for the construction of the Patton Hall Community Club and Conference Center at Joint Base Myer-Henderson Hall in Fort Myer, Virginia. The project involves a Design-Build Firm-Fixed-Price (FFP) contract for a new 70,600 square foot facility, including the demolition of an existing building, with a construction budget estimated between $50 million and $100 million. This procurement is critical for enhancing community and conference capabilities at the base, and interested parties must submit their responses by 11:00 AM EST on July 18, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email, referencing the Sources Sought Notice number W912DR25R17WQ.
    B6413 BUILDING RENOVATION SECURE SPACE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of secure space at Barksdale Air Force Base in Louisiana. This project, identified as 'B6413 BUILDING RENOVATION SECURE SPACE', falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified as a repair or alteration of airfield structures. The contract is set aside for 8(a) sole source, indicating a focus on small businesses within the 8(a) program, and interested parties can find more details by logging into the PIEE portal and searching for solicitation number W9126G26RA026. For inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.