IFB - Beale AFB - Aircrew Readiness Facility Addition and Renovation
ID: W912QR24B0015_Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction and renovation of the Aircrew Readiness Facility at Beale Air Force Base in California. This project involves the addition of a 4,596 square foot facility, including restrooms, crew quarters, and service rooms, as well as the renovation of approximately 1,961 square feet of existing space to support aircrew operations. The initiative is crucial for enhancing military readiness and operational efficiency, ensuring compliance with Department of Defense standards and safety regulations. Interested HUBZone small businesses must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) by September 18, 2024, with a total estimated project cost between $5 million and $10 million. For further inquiries, contractors can contact Adam Brooks at adam.m.brooks@usace.army.mil or by phone at 502-315-7049.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to the solicitation W912QR24B00015 for constructing an Aircrew Readiness Facility at Beale AFB, CA. It outlines updates to specifications, plans, and wage decisions, and provides instructions for bidding. Key changes include the complete revision of solicitation documents, updated bid opening procedures, and access information for telephonic bidding. The amendment emphasizes the requirement for contractors to acknowledge receipt of the amendment to prevent rejection of their bids. The pricing schedule details the base proposal and optional items, specifying that only one contract will be awarded. Awarding of optional clauses is at the government's discretion, with specified timelines for the potential exercising of options. This reflects the formalities typical in government RFP processes, ensuring that all contractors are informed of changes and requirements crucial to submitting valid proposals.
    The document outlines an amendment to the solicitation W912QR24B0015 for the construction of an Aircrew Readiness Facility at Beale Air Force Base, California. Issued by the U.S. Army Engineer District, Louisville, this amendment modifies specifications, revised plan sheets, and updates wage decisions impacting the project. Key changes include the addition of specifications on plastic-laminate-clad architectural cabinets, the replacement of specific plan sheets related to floor finishes and details, and the introduction of a new civil demolition plan. Importantly, the bid due date has been extended from 13 September 2024 to 18 September 2024 at 11:00 AM EST. All other terms and conditions remain unchanged, ensuring continuity for potential contractors. This document emphasizes procedural modifications typical in government RFP processes, maintaining both compliance and transparency in federal contracting practices.
    The document is an amendment to solicitation W912QR24B0015 concerning the construction of an Aircrew Readiness Facility at Beale Air Force Base, California, issued by the U.S. Army Engineer District in Louisville. The amendment, numbered U0003 and dated September 16, 2024, incorporates revisions to the Wage Decision CA20240007, which impacts building, heavy, and highway labor classifications, effective from September 13, 2024. It emphasizes that all amendments must be acknowledged by the contractors according to specified methods, ensuring timely submissions of acknowledgments to avoid rejection of offers. The document confirms that all terms and conditions of the initial solicitation remain unchanged and in effect, except as noted in this amendment. This adjustment reflects ongoing commitments to compliance with wage standards and proper amendment acknowledgment processes within federal contracts, illustrating the structured approach of federal entities in managing project solicitations and contractor partnerships.
    The document outlines a Justification and Approval (J&A) request submitted by the US Army Corps of Engineers for a project at Beale Air Force Base involving the renovation and expansion of facility B1232. This J&A seeks permission to use brand-name or equivalent product specifications for Furniture, Fixtures, and Equipment (FF&E) required in the construction project, which will be funded through Air Force Military Construction funds. The need for specifications is justified due to the project’s complexity, including the renovation of 1,961 square feet for aircrew operations, necessitating high-quality FF&E to meet functional and safety requirements. The inclusion of proprietary specifications from multiple manufacturers is aimed at ensuring competitive standards while maintaining quality and service. The document explains legal authority and guidelines under which this procurement is made, emphasizing the importance of well-defined scope to achieve the desired product and service quality. The request further notes that extensive market research indicates sufficient product availability. The procurement process will enable broader competition while ensuring the government receives the quality needed for effective operations and user satisfaction.
    This document is a Justification and Approval (J&A) from the U.S. Army Corps of Engineers for a sole-source contract regarding a Direct Digital Control (DDC) System at Beale Air Force Base. The DDC system, manufactured by Siemens, is essential for the renovation and addition of the Aircrew Readiness Facility and must integrate seamlessly with the existing network, specifically the Siemens Apogee Insight system. The J&A cites 10 U.S.C. 3204(a)(1) and FAR 6.302-1(a)(2) to justify the proprietary acquisition, asserting that no alternative systems meet the design and compatibility requirements set forth by military guidelines. The document confirms no efforts were made for competition due to the unique needs of the facility and the existing infrastructure. A Notice of Intent for the procurement was issued, although no other sources expressed interest. The J&A includes certifications attesting to the accuracy and fairness of the procurement process. This action reflects the government's commitment to maintain compatibility and compliance across its systems to ensure operational effectiveness.
    The document pertains to federal and state/local Requests for Proposals (RFPs) and grants, focusing on specific projects aimed at enhancing community services and infrastructure. It outlines strategic goals for allocating resources efficiently while promoting economic development and public welfare. RFPs are designed to invite bids from qualified entities for project implementation, ensuring compliance with federal guidelines. Grants are highlighted as financial aids for innovative solutions that address social issues or promote research advancements. Additionally, the document explains the evaluation criteria for submissions, emphasizing the importance of transparency and accountability in the selection process. These initiatives reflect the government's commitment to fostering collaboration between various sectors to improve public outcomes, encourage sustainable practices, and stimulate local economies.
    The document outlines a federal initiative focused on enhancing the efficiency and accessibility of government grants and requests for proposals (RFPs) at federal, state, and local levels. It emphasizes streamlining the application processes to improve engagement with potential applicants, particularly underserved communities. Key elements include the development of standardized guidelines, training programs for stakeholders, and the implementation of technology solutions to facilitate easier submission and tracking of proposals. The initiative aims to promote transparency and accountability in fund allocation, ensuring that public resources are used effectively. It highlights the significance of collaboration among agencies, emphasizing the importance of shared practices and resources. By establishing clearer pathways for funding opportunities, the program seeks to encourage innovation and support diverse projects that address pressing community needs. Ultimately, this effort represents a systemic approach to enhancing government operations, fostering inclusivity, and improving service delivery, aligning with broader policy goals of equity and accessibility in federal funding practices.
    The file pertains to federal and state/local Requests for Proposals (RFPs) and grants, outlining opportunities for funding and project development within various sectors. It emphasizes the importance of aligning proposals with government priorities, ensuring compliance with regulations, and demonstrating capacity for successful project execution. Potential applicants are encouraged to focus on innovation, efficiency, and community impact in their proposals. Additionally, the document highlights the evaluation criteria used by government agencies, which include the relevance of the project, budget feasibility, and past performance records. This summary serves as a guide for organizations seeking to compete for government funding, providing insights into the expectations and requirements of both federal and local government entities. The overarching aim is to foster effective partnerships that advance public service goals and deliver tangible benefits to communities.
    The U.S. Army Corps of Engineers (USACE), Louisville District, seeks approval for a Class Justification and Approval (J&A) to allow the specification of brand name Heating, Ventilation, and Air Conditioning (HVAC) equipment in construction contracts for new facilities and sustainment, restoration, and modernization (SRM) projects executed on behalf of the Air Force from FY 2023 to 2027. The anticipated spending for HVAC equipment totals $145 million, covering both new construction and renovation projects at multiple locations, including facilities such as hangars, barracks, and training centers. This J&A aligns with the Air Force's initiative to standardize HVAC equipment on an installation basis through a prior Class J&A, approved in 2019, which mandated the use of specific brands for all HVAC requirements. The contracts will facilitate improved efficiency and economy in military construction efforts while ensuring compliance with the established standards. Various documentation support this J&A, indicating its foundational basis in prior approvals and strategic procurement decisions.
    The document outlines a list of contacts and key individuals associated with various organizations in relation to federal and local Requests for Proposals (RFPs) and potential projects. It includes names, emails, and phone numbers for representatives from Hankins Group Inc., Apex Enterprises Inc., Slater & Son Inc., and other companies, as well as government officials from the U.S. Air Force and U.S. Army Corps of Engineers. The contact details indicate an emphasis on collaboration among private entities and government agencies to fulfill project requirements. The document serves as a resource for networking and communication among stakeholders involved in government-funded projects, facilitating bids on RFPs and access to grants. This database exemplifies the interconnected nature of public and private sectors in addressing community and infrastructure needs through organized procurement processes.
    The U.S. Army Corps of Engineers (USACE) seeks a Class Justification and Approval (J&A) for Other than Full and Open Competition regarding construction contracts that necessitate the use of "brand name or equal" specifications for interior finishes. This request, estimated at $775 million for FY22 to FY26, aims to effectively communicate design criteria for finishes, thereby enhancing aesthetic compatibility across various projects. The Basis of Design (BOD) documentation is critical for conveying necessary aesthetic options, including colors and textures, which cannot be adequately described verbally. Each selected finished product’s specifications will include manufacturer details but are aimed purely at establishing design expectations, allowing other brands to compete based on performance. Approximately $4.3 billion worth of projects for FY22 will require these aesthetic considerations. The authority for this J&A stems from the need to comply with regulations that permit exceptions in competition when brand specification is necessary for design integrity. Additionally, substantial market research was conducted, confirming that no additional competition challenges would arise and maintaining compliance with government objectives. This initiative aims to streamline processes while ensuring aesthetic coherence in government facilities.
    The document outlines the design and bid specifications for the renovation of the 940th Aircrew Readiness Facility at Beale Air Force Base, California. This comprehensive project focuses on creating a functional and aesthetically pleasing space while adhering to military and building standards. Key components include detailed plans for furniture, fixtures, and equipment (FF&E), along with the integration of structural interior design elements that enhance user experience and impose durability. The design narrative emphasizes sustainable practices and life safety considerations, ensuring the facility meets Air Force Reserve Command standards. The FF&E section details specific items, including desks, chairs, beds, and storage solutions, highlighting the necessary equipment and their corresponding manufacturers. Cost estimates are provided, breaking down expenses by item and total projected costs, while emphasizing a commitment to quality and compliance with applicable regulations. This solicitation serves as a formal request for proposals from contractors, ensuring clarity in expectations for facility enhancements. The overall intent of the project is to modernize the aircrew readiness environment, supporting operational readiness through improved infrastructure and amenities for personnel.
    The document outlines the design and specifications for the 940th ARW Aircrew Readiness Facility renovation and addition at Beale Air Force Base, California. It focuses on creating a functional and visually appealing environment while adhering to various design codes and Air Force standards, including unified facilities criteria. The planned interior design features durable materials, low maintenance finishes, and environmentally friendly choices, such as low VOC paints and sustainable materials. Key aspects include a well-coordinated furniture, fixtures, and equipment (FF&E) package, focusing on high-quality items that enhance operational readiness and efficiency. The FF&E plan outlines specific product details, including manufacturers, quantities, and locations of each item within the facility. The document also provides cost estimates and guidelines for installation responsibilities, emphasizing the importance of proper coordination with contractors and suppliers to achieve successful project outcomes. Overall, this summary captures the project's intent to modernize the facility while ensuring compliance with government standards and enhancing user experience.
    The document outlines the specifications and requirements for the renovation and expansion of the 940th Aircrew Readiness Facility at Beale Air Force Base, California. It details several bid items, including upgrades to electrical systems, renovations to existing structures, installation of a generator, furnishing the facility, and telecommunications services. The scope includes a thorough compliance analysis with various building codes, safety, and fire protection standards, ensuring safety and operational efficiency. The engineering design incorporates civil, structural, architectural, plumbing, mechanical, electrical, and technology engineering disciplines, with a focus on ensuring that all construction meets Army Corps of Engineers standards. Life safety measures include fire alarm systems, mass notification systems, and strategic delineation of egress routes to comply with the National Fire Protection Association codes. The document serves as a vital reference for contractors, providing clarity on construction expectations, approval processes, and compliance oversight while emphasizing the importance of safety, operational continuity, and environmental management throughout the project. Overall, it reflects the government's initiative for improving military readiness facilities in accordance with federal guidelines and standards.
    The document is a certified final design submittal from the U.S. Army Corps of Engineers for the renovation and addition of the Aircrew Readiness Facility at Beale Air Force Base, California. It outlines detailed architectural and engineering plans across various sections including site plans, structural details, civil and mechanical specifications, and electrical layouts. Key materials and finishes, compliance with building codes, and safety measures are highlighted, ensuring adherence to government standards. The plans include comprehensive notes on materials such as acoustical ceiling tiles, flooring finishes, and wall coverings, along with specific installation guidelines. A finish schedule is provided for distinct areas like dining rooms and sleeping quarters, detailing materials for floors, walls, and ceilings. The document emphasizes the importance of quality materials and meticulous installation procedures for safety and functionality in a military setting. Overall, this submission underscores the project's commitment to modernizing facilities with a focus on environmental considerations, structural integrity, and operational readiness for U.S. Air Force personnel.
    The document outlines the Certified Final Design Submittal for the 940th Aircrew Readiness Facility renovation at Beale Air Force Base, California. It details specifications and standards for structural interior design (SID) and furniture, fixtures, and equipment (FF&E), emphasizing durability, functionality, and visual cohesion in a collaborative environment. Key design directives include adherence to various Air Force and state building codes, ensuring materials and finishes meet environmental and maintenance guidelines. The layout includes acoustical ceiling tiles, low-VOC paints, impact-resistant wall finishes, and specific flooring types for different rooms, facilitating sound absorption and easy maintenance. Restroom areas are designed with durable, moisture-resistant materials according to the Architectural Barriers Act (ABA) standards. Interior signage will adhere to the UFC 3-120-01 Air Force Sign Standard for effective wayfinding, and furniture designs emphasize flexibility for future reconfiguration. This document serves as part of a federal RFP, underscoring the government's commitment to establishing a modernized, user-friendly facility that promotes safety, comfort, and operational efficiency.
    The solicitation W912QR24B0015 details the renovation of the Aircrew Readiness Facility at Beale Air Force Base, California. This project encompasses design-bid-build construction with several phases, including base proposals and optional enhancements such as additional renovations, generators, furnishings, and telecom installations. An amendment issued on September 4, 2024, incorporates updates to specifications, revised plans, and a new wage decision, mandating strict adherence to protocols for bid submissions. The document emphasizes the preparation of as-built drawings and the submission of various required documentation throughout the project lifecycle, including operations manuals and equipment training. Mandatory participation in inspections during installation is specified, along with responsibilities for the contractor regarding site conditions and utilities. The project's resolution for dealing with delays, incentive frameworks for timely completion, and guidelines for communication are highlighted. This solicitation reflects government’s methodical approach to establishing clear guidelines for contractor compliance while fostering accountability during building renovations, reinforcing the importance of safety and thoroughness in federal construction projects.
    The document details the solicitation for renovating the Aircrew Readiness Facility (ARF) Building 1232 at Beale Air Force Base, California, under the federal government contract W912QR24B0015. The project utilizes a Design-Bid-Build approach and encompasses four divisions of specifications related to construction processes, structural and environmental considerations, and fire safety systems. Key components include general requirements, existing conditions, and detailed construction tasks spanning various building systems such as plumbing, electrical, HVAC, and fire suppression systems. Significantly, the project mandates compliance with multiple safety and operational guidelines, including utilizing a Qualified Fire Protection Engineer to oversee firefighting systems installation and maintenance. The sprinkler system is a prominent focus, requiring detailed hydraulic calculations and adherence to NFPA standards. Ongoing project management, quality control, and comprehensive logistical planning are emphasized, aiming to ensure construction safety, resource sustainability, and efficient project execution. This undertaking reflects the federal government's commitment to maintaining robust infrastructure while meeting operational efficiency and safety standards for military facilities.
    The document is an Amendment to Solicitation W912QR24B0015 for the construction of an Aircrew Readiness Facility at Beale Air Force Base, California. Issued by the U.S. Army Engineer District, Louisville, this amendment modifies certain specifications, including new additions and revisions to plans and documents associated with the project. Key updates include the addition of specific specification sections regarding laminate-clad architectural cabinets, revised plan sheets, and an updated wage decision. The bid submission deadline has been extended from September 13, 2024, to September 18, 2024, at 11:00 AM EST. The amendment ensures that all terms and conditions of the initial solicitation remain unchanged unless explicitly stated. The document details the construction requirements, emphasizing sustainability and compliance with quality standards. It directs contractors on submittals, product specifications, and installation practices to ensure precise adherence to the project scope and regulatory standards. This amendment exemplifies the government's structured approach to project management in federal contracts, ensuring transparency and clarity in the bidding and construction process.
    The solicitation for the 940th ARW Aircrew Readiness Facility at Beale Air Force Base, CA, involves a Comprehensive Interior Design (CID) project aimed at enhancing the functionality and aesthetics of the facility. The design targets the creation of a cohesive and durable environment that promotes user well-being while adhering to the Unified Facilities Criteria and California Building Code standards. Key elements include Structural Interior Design (SID), specifying low-maintenance materials and sustainable finishes, alongside Furniture, Fixtures, and Equipment (FF&E) that support adaptable office layouts. Specific finishes and furniture selections reflect a modern approach with a warm color palette, emphasizing durability and ease of maintenance across all spaces, including sleeping, dining, and administrative areas. Accessibility standards, approved manufacturers, and a modular signage system are also integral to the design. The document outlines strict adherence to guidelines for implementing high-quality materials, ensuring that all improvements enhance safety, usability, and overall design coherence in alignment with Air Force standards.
    The solicitation for the 940th ARW Aircrew Readiness Facility at Beale Air Force Base focuses on the design, bidding, and construction of a facility requiring significant furniture, fixtures, and equipment (FFE). The proposal outlines compliance with various design codes, including Air Force and California standards, aiming to create a functional, durable, and aesthetic interior environment. Key components of the design include the use of low-emission materials, sustainable building practices, and modern layout for collaborative workspaces. A comprehensive FFE plan provides detailed specifications for necessary furnishings, including task chairs, bunk beds, storage solutions, and essential appliances, emphasizing good quality and adherence to AFRC standards. The bidding process outlines that all FFE components are contractor furnished and installed, necessitating coordination between contractors and manufacturers to ensure complete functionality before occupancy. Additionally, a cost estimate breaks down the pricing for items proposed, including installation and management. This request for proposal illustrates the government's commitment to maintaining high standards in military facility upgrades while promoting sustainability and efficiency in operations.
    The document outlines the final design and renovation plans for the 940th Aircrew Readiness Facility at Beale Air Force Base, California. It includes detailed specifications for three construction line items: upgrading the electrical room and infrastructure, renovating the existing structure (with demolition), and establishing a generator (as part of the bid options). Emphasis is placed on adhering to various national and international building codes and safety standards, including fire protection and life safety requirements. The project involves multiple engineering disciplines such as civil, structural, architectural, and mechanical engineering, ensuring comprehensive compliance with relevant regulations. Noteworthy is the integration of a mass notification and fire alarm system to ensure safety. Occupancy plans and exit strategies were designed to facilitate efficient egress for personnel. The overall objective is to modernize and enhance the facility while ensuring safety and adherence to all applicable construction standards, thereby demonstrating the commitment of the U.S. Army Corps of Engineers to provide safe and functional military facilities.
    The document is a Solicitation for the construction of the Aircrew Readiness Facility at Beale Air Force Base, CA, designated W912QR24B0015. It outlines the project's specifications under the NAICS Code 236220, with a size standard set at $45 million, and a total estimated cost between $5 million and $10 million. This initiative is exclusively for HUBZone small businesses. Contractors must complete registration in the System for Award Management (SAM) and comply with relevant certification requirements. Proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) before the specified deadline, with the bid opening set for September 13, 2024. The contractor is required to furnish performance and payment bonds and is mandated to begin work within ten calendar days of award, completing it within 443 days. Moreover, various optional tasks, including renovations and additional equipment, may be added to the contract at the government's discretion. Offers must adhere to strict guidelines regarding telecommunications and regulatory compliance in federal contracting. This solicitation represents the government’s ongoing commitment to maintaining and enhancing military infrastructure through competitive contracting opportunities.
    The solicitation for the 940th ARW Aircrew Readiness Facility at Beale Air Force Base, CA, outlines a design-bid-build project intended to enhance aircrew readiness operations. Covering specifications and procedures, the document emphasizes the importance of compliance with federal guidelines over a 15-year construction record retention period. Key sections include procurement requirements, project scheduling, sustainability reporting, and safety regulations. The project table of contents is detailed, spanning various construction divisions from existing conditions to mechanical and electrical systems. Notable sections include masonry requirements, detailing appropriate material specifications, handling procedures, quality assurance measures, and environmental considerations. The document aims to ensure that reinforcement, grouting, and masonry construction meet stringent quality and durability standards. Various technical specifications highlight acceptable materials, techniques, and inspections required throughout the construction. Adherence to safety protocols, quality assurance measures, and strict guidelines for submitting documentation are fundamental to the project’s success. Overall, the document serves as a comprehensive guide for contractors, ensuring that all construction adheres to federal safety, quality, and performance standards, which is crucial for effective facility operations and maintenance.
    The document outlines the solicitation for the construction of the Aircrew Readiness Facility at Beale Air Force Base, CA, which involves a Design-Bid-Build approach. It specifies that the project adheres to various government standards and includes extensive details across numerous divisions related to procurement, general requirements, site conditions, and various construction trades (e.g., concrete, HVAC, electrical work). The document emphasizes compliance with safety regulations, environmental controls, quality assurance, and contractor qualifications. Key sections include requirements for seismic bracing for HVAC systems, detailed quality control measures, and specific submission protocols for project documentation. A timeline for project scheduling and a maintenance plan is also included to ensure ongoing compliance and operational readiness after construction. This solicitation reflects the federal government's commitment to quality, safety, and sustainability standards in military construction projects.
    The solicitation outlines the specifications for the construction of the Aircrew Readiness Facility at Beale Air Force Base, California, under the project number W912QR24B0015. The project is organized using a Design-Bid-Build approach and involves various construction disciplines, including telecommunications, electrical systems, HVAC, fire suppression, and integrated automation. Key components include specifications for different construction divisions, submittal requirements for contractor compliance, and quality assurance measures. Particular attention is given to the security requirements for communications infrastructure, including Protective Distribution Systems (PDS) and stringent installation guidelines to ensure compliance with national security standards. The document details the necessary materials, methods of construction, administrative processes, and roles for contractors, emphasizing the need for qualified personnel and adherence to environmental regulations. Overall, this solicitation document serves as a comprehensive guide for potential bidders on the necessary procedures and standards for participating in the upcoming construction project.
    The document outlines a Request for Proposals (RFP) for constructing an Air Crew Readiness Facility at Beale Air Force Base, California, with an estimated cost between $5 million and $10 million. This project is exclusively set aside for HUBZone small businesses, emphasizing that all bidders must ensure accurate classification within the System for Award Management (SAM). Key dates include the solicitation issue date of August 13, 2024, with bid submissions due by September 13, 2024. A performance period of 443 calendar days is mandatory, and bidders must submit a bid guarantee. The RFP specifies that proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE), eliminating paper submissions. Additionally, bidders are encouraged to attend a site visit scheduled for August 22, 2024, to ensure familiarity with the project requirements. The document also includes various clauses and representations that contractors must comply with, including provisions on the Buy American Act and the representation regarding telecommunications equipment. This RFP reflects the government’s focus on engaging small businesses while maintaining stringent compliance with regulatory standards.
    Lifecycle
    Similar Opportunities
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. This project involves the demolition of an existing hangar and the construction of a new facility designed to support the maintenance and repair of the KC-46A aircraft, accommodating approximately 300 personnel and including various administrative and maintenance spaces. The estimated construction cost ranges from $100 million to $250 million, with a target contract award ceiling of $180 million, and the solicitation is currently suspended until further notice, with a new proposal due date to be announced. Interested parties can contact Lindsay Lawrence at Lindsay.B.Lawrence@usace.army.mil for further information.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation – HAFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to renovate the Plating Shop at Hill Air Force Base (HAFB) in Utah. The project involves extensive renovations to existing facilities, including modernizing plating processes and ensuring compliance with current environmental and safety standards, with a performance period of approximately 1,085 calendar days following the notice to proceed. This renovation is critical for supporting the depot aircraft maintenance mission and will be funded through Sustainment Repair and Maintenance (SRM) funds, with an estimated contract value between $100 million and $250 million. Interested contractors should prepare for a solicitation expected to be released around September 30, 2024, and must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals.
    Cummins Generator Installation (B810 & B845)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of two Cummins 20kW diesel generator systems at Beale Air Force Base, designated as Facilities B810 and B845. The project entails the removal of existing standby generator systems and their Automatic Transfer Switches (ATS), followed by the installation of new generators, complete with fuel tanks and necessary connections, all in compliance with military and safety standards. This procurement is critical for enhancing emergency backup power reliability at the facilities, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to SrA Cristhian Gonzalez at cristhian.gonzaleztovar@us.af.mil or SSgt Milton Vasquez at milton.vasquez@us.af.mil.
    FA468624R0033 B4793 Capehart Vendor Hood Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a commercial kitchen hood at Beale Air Force Base, California, under the project titled "B4793 Capehart Vendor Hood Install." The contractor will be responsible for supplying all necessary supervision, labor, tools, and materials to install a Type 1 Commercial Kitchen Grease Hood that accommodates multiple cooking appliances, ensuring compliance with fire safety codes and environmental standards. This project is crucial for enhancing food service capabilities at the base, with an estimated contract value between $100,000 and $250,000, and is exclusively set aside for small businesses. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for August 27, 2024, and all inquiries must be submitted by August 30, 2024. Interested contractors can contact Dallas Romig at dallas.romig.1@us.af.mil or Robert Briney at robert.briney.2@us.af.mil for further information.
    USACE SPK Design-Bid-Build (DBB) Construction – F-35 East Campus Infrastructure – Hill AFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Sacramento District is planning to solicit a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. This project involves the construction of various facilities, including taxiways, roadways, pump houses, and utility systems, all designed to support the future development of multiple facilities on the east side of the base. The anticipated contract, valued between $100 million and $250 million, is expected to be awarded as a firm-fixed-price Single Award Task Order Contract (SATOC) with a three-year ordering period, with proposals due by November 27, 2024. Interested contractors should register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to participate in the solicitation process, and they can contact Seth Teasdale or Michelle Spence for further information.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.
    163rd Carpet and Paint building 2272
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction project to replace carpet and paint interiors in Building 2272 at March Air Reserve Base, California, in support of the 163rd Attack Wing of the California Air National Guard. The project entails replacing approximately 4,000 square feet of carpet tile, installing 800 linear feet of rubber base, and painting 14,500 square feet of interior walls, with a completion timeline of 60 days from the Notice to Proceed. This initiative is crucial for maintaining operational readiness and facility standards within the Air National Guard. Interested small businesses must submit their proposals by September 19, 2024, and can contact David Moreno at david.moreno.34@us.af.mil or Aaron Lay at aaron.lay.2@us.af.mil for further information. The estimated project cost ranges from $25,000 to $100,000, and funding is expected to be available by September 30, 2024.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    Cathodic Protection Beale AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Cathodic Protection System for seven water wells at Beale Air Force Base in California. The project aims to restore functionality to the existing cathodic protection system, ensuring the integrity and longevity of the water supply infrastructure while adhering to environmental regulations. This initiative is critical for maintaining safe drinking water standards and preventing corrosion in essential facilities. Interested contractors must submit their proposals by September 28, 2024, following a site visit on August 13, 2024, and can direct inquiries to SSgt Milton Vasquez at milton.vasquez@us.af.mil or Gabriel Fickel at gabriel.fickel@us.af.mil. The estimated contract value ranges between $300,000 and $500,000.