Static Display Relocation
ID: OffuttAFBMMType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF EXHIBIT DESIGN (NON-BUILDING) (Z2PB)

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 seeking qualified contractors for the relocation, refurbishment, and reinstallation of the Air Force Minute Man II Missile and the Navy Trident II Missile at Offutt Air Force Base in Nebraska. The project involves moving these historic missiles from their current location at B500 West Plaza to a newly constructed platform at B1000 West Plaza, ensuring compliance with safety and environmental regulations throughout the process. This initiative is crucial for preserving the historical integrity of these strategic deterrence artifacts while maintaining their visual appeal for public display. Interested parties must submit a letter of interest, capabilities statement, and responses to specific questions by March 21, 2025, and can contact Casey Hupton at casey.hupton.1@us.af.mil or 402-232-1475 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file outlines a Request for Proposal (RFP) for refurbishing static displays of Trident II and Minuteman I Intercontinental Ballistic Missiles (ICBMs) at Offutt Air Force Base (AFB), Nebraska. The project involves moving these missiles to a new location and conducting extensive restoration work, including painting, corrosion treatment, and the application of gloss paint according to military specifications. Contractors must adhere to OSHA, EPA, and applicable state and federal environmental regulations, with particular attention to the safety and handling of hazardous materials. Key requirements include quality control measures, chemical inventory reporting, and ensuring minimal disruption during paint application due to weather conditions. The restoration must preserve the historical integrity of the missiles, meeting museum-quality standards, and all work must be documented through photography for reference. Overall, the purpose of the RFP is to ensure that the display remains visually appealing and safe for public viewing while complying with established safety and environmental protocols. This initiative reflects the government's commitment to preserving historical military assets.
    The document outlines a Non-Disclosure Agreement (NDA) pertaining to Controlled Unclassified Information (CUI) for individuals involved with the United States Strategic Command (USSTRATCOM). It defines CUI categories such as For Official Use Only (FOUO), Law Enforcement Sensitive (LES), and others, detailing the necessity for access restrictions and protective measures under Department of Defense Instruction (DoDI) guidelines. The agreement mandates that all individuals accessing CUI must comply with established security protocols and that materials must be securely stored and returned post-contract. It emphasizes liability for unauthorized disclosure and outlines penalties that may include criminal prosecution. The NDA aims to protect sensitive government information while facilitating its necessary access during contracting processes, underscoring the importance of confidentiality and security in federal engagements. Individuals are required to acknowledge their understanding of the regulations before signing. Overall, the document serves as a critical assurance of information protection in the context of government RFPs and grants, ensuring proper handling and dissemination of unclassified yet sensitive data.
    The Performance Work Statement (PWS) outlines the requirements for the relocation, refurbishment, and reinstallation of the Air Force Minute Man II Missile and the Navy Trident II Missile from B500 to B1000 at Offutt Air Force Base. The project aims to complete the historic missiles' static display relocation, with a scope that includes site preparation, structural integrity assessments, and compliance with environmental regulations. The contractor is responsible for various tasks including missile preparation, disassembly, repair, and installation, while maintaining site safety and ensuring minimal disruption to ongoing operations. The contract is anticipated to be a Firm Fixed Price (FFP) agreement, with a period of performance lasting four months post-award. Deliverables include progress reports, meeting notes, and a production timeline, while a Quality Assurance Personnel (QAP) will oversee compliance and performance through inspections and evaluations. The PWS emphasizes a commitment to safety, adherence to regulations, and the collaboration necessary for successful execution, reflecting standard practices for government RFPs and grants in logistical operations.
    The document appears to contain technical details or instructions related to a PDF viewer issue, specifically indicating that the content cannot be displayed due to incompatibility with the current version of Adobe Reader. It suggests upgrading the software to ensure proper viewing of the document. Furthermore, it includes trademark information for Windows, Mac, and Linux operating systems, indicating the proprietary nature of these platforms. However, it lacks substantive information regarding federal government RFPs, grants, or state/local initiatives due to the absence of actual project content in the file. This document serves primarily to inform the user of technical requirements rather than provide details on government projects.
    Lifecycle
    Title
    Type
    Static Display Relocation
    Currently viewing
    Sources Sought
    Similar Opportunities
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This procurement aims to gather industry insights and capabilities related to the construction of specialized facilities, particularly those involving nuclear safety structures and compliance with stringent safety standards, including High-Altitude Electromagnetic Pulse (HEMP) requirements. The opportunity emphasizes the importance of innovative solutions and effective project management in the construction of critical defense infrastructure. Interested parties should submit their capability statements, detailing relevant experience and qualifications, to the primary contact, Jeremy Grimley, at jeremy.grimley.1@us.af.mil, or the secondary contact, Peggy Japngie Lizotte, at peggy.japngielizotte.1@us.af.mil, as part of the sources sought notice.
    Demolition Bldg. 404, Offutt AFB, NE
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors for the demolition of Building 404 at Offutt Air Force Base in Nebraska. This project involves the complete removal of all structural and non-structural components, with potential requirements for asbestos and lead remediation. The contract, which is set aside for small businesses, has a budget ranging from $1,000,000 to $5,000,000 and is expected to be completed within 180 days. Interested contractors must be registered in the System for Award Management (SAM), with the Invitation for Bid (IFB) anticipated to be published no earlier than March 19, 2025, and closing around April 18, 2025. For further inquiries, contractors can contact Blaine Terry at blaine.terry.2@us.af.mil or by phone at 402-232-2517.
    Active Vehicle Barriers Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the maintenance and repair of Active Vehicle Barriers at Offutt Air Force Base in Nebraska. The procurement aims to ensure the effective functionality of vehicle barrier systems through preventive maintenance, inspections, and minor repairs, with a goal of maintaining operational rates of at least 96% to support security and traffic flow at the base. Contractors will be responsible for labor, equipment, and management of maintenance activities, adhering to federal and military standards, while also ensuring safety and environmental compliance. Interested parties should contact Ryan Brewster at ryan.brewster.3@us.af.mil or 402-294-4098, or Casey Hupton at casey.hupton.1@us.af.mil or 402-232-1475 for further details regarding this Total Small Business Set-Aside opportunity.
    Synopsis: Offutt AFB Project SGBP 23-0033, Demolish O’Malley Inn, B436
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the demolition of the O'Malley Inn (Building 436) at Offutt Air Force Base in Nebraska, under Project SGBP 23-0033. This project requires comprehensive design and demolition services, including the provision of all necessary labor, materials, tools, and equipment to execute the demolition and restore the site as outlined in the Statement of Work (SOW). The opportunity is set aside for small businesses, emphasizing the importance of engaging local contractors in federal projects. Interested parties are encouraged to submit capabilities statements to the primary contact, Suzanne Yancey, at suzanne.yancey.3@us.af.mil or by phone at 402-232-5682, or to the secondary contact, Cassandra Janousek, at cassandra.janousek@us.af.mil or 402-232-7844, as this notice is not a request for proposals.
    Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren AFB, Wyoming
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC) project at F.E. Warren Air Force Base in Wyoming. This procurement involves the construction of a facility that will support the training and operational readiness of the GBSD program, which is critical for national defense and strategic deterrence capabilities. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized under the PSC code Y1JZ for construction of miscellaneous buildings. Interested parties can reach out to Brandon Landis at brandon.p.landis@usace.army.mil or call 402-995-2056 for further details regarding this sources sought notice.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
    Offutt AFB Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense is soliciting proposals for a Multiple Award Construction Contract (MACC) at Offutt Air Force Base in Nebraska, specifically aimed at small businesses under a Total Small Business Set-Aside. The contract will encompass a range of construction and design-build projects over a five-year period, with an estimated total expenditure of up to $49,999,999, requiring compliance with various federal regulations including the Davis-Bacon Act. This opportunity is critical for enhancing infrastructure and operational efficiency at the base, with contractors expected to adhere to strict safety, quality control, and environmental standards throughout the project lifecycle. Interested parties should contact Michael Madison at michael.madison.2@us.af.mil or Cassandra Janousek at cassandra.janousek@us.af.mil for further details and to ensure compliance with submission requirements.
    ICBM Minuteman III Weapon System -- Power Supply
    Buyer not available
    The Department of Defense, through the Air Force Supply Chain Management Contracting Division at Hill Air Force Base, intends to award a Sole Source contract to Kepco, Inc. for power supply units essential to the Minuteman III Weapon System. The procurement includes specific requirements for power supply units and associated counterfeit protection plans, with a total of 44 units to be delivered by January 2026 and August 2025, respectively. These components are critical for maintaining the operational integrity and mission capability of the weapon system, and the government seeks to avoid delays and additional costs associated with competitive sourcing. Interested parties may submit capability statements to demonstrate their ability to meet the requirements, with inquiries directed to Brad Wood at bradley.wood.11@us.af.mil or Ben J Davies at ben.davies@us.af.mil.
    B-21 East Alert Apron
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the B-21 East Alert Apron at the Omaha District. This project involves the construction of airfield structures, which are critical for supporting military operations and enhancing airfield capabilities. The procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized under the PSC code Y1BZ for construction of other airfield structures. Interested contractors can reach out to Gloria Garside at gloria.garside@usace.army.mil or call 402-995-2585, or contact Brittany Gull at brittany.c.gull@usace.army.mil or 402-995-2144 for further details.
    20th IS controls upgrade and duct cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the upgrade of controls and duct cleaning services for the 20th Intelligence Squadron at Offutt Air Force Base in Nebraska. The project entails replacing outdated Excel 5000 series controllers and cleaning approximately 30,000 square feet of ductwork and associated air handling units to ensure a safe and healthy working environment for personnel. This procurement is critical for maintaining operational efficiency and compliance with health standards, as the existing systems are obsolete and pose potential risks to building occupants. Interested contractors must submit their bids by March 17, 2025, and are encouraged to attend a site visit scheduled for March 6, 2025. For further inquiries, contact Casey Hupton at casey.hupton.1@us.af.mil or Thearith Em at thearith.em@us.af.mil.