Convert B452 Wash Rack into 4-bay T-7A Hangar
ID: FA302225R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the conversion of the B452 Wash Rack into a new 4-bay T-7A hangar at Columbus Air Force Base in Mississippi. The project requires contractors to provide all necessary labor, materials, and equipment to complete the renovation in accordance with the Statement of Work (SOW) and associated design specifications. This renovation is critical for enhancing operational capabilities at the base and is part of a broader commitment to support small business participation, as the opportunity is set aside for total small business competition. Interested contractors must submit their proposals electronically by August 18, 2025, and are encouraged to attend a site visit on June 26, 2025, with prior registration required. For further inquiries, potential bidders can contact Daniel Stilts at daniel.stilts@us.af.mil or Willie Common at willie.common.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines the requirements for a construction price proposal in response to a solicitation from the Columbus Air Force. It requests detailed information from vendors, including company details, bonding and insurance specifications, and a breakdown of costs associated with the project. Vendors must submit a comprehensive cost proposal that reflects all necessary expenses, such as materials, labor, and equipment, along with applicable taxes. The document stresses the importance of submitting well-supported pricing to assist government personnel in evaluating proposals effectively. Adherence to the Statement of Work and detailed guidelines in sections L and M is crucial for compliance. The focus is on transparency and justification of costs to ensure fairness and accuracy in project bids.
    The document outlines the protocols for managing Controlled Unclassified Information (CUI) related to training world-class pilots within the Department of Defense (DoD). It defines CUI as both government-created content and information held on behalf of the government that requires safeguarding measures. The document details various types of CUI, including Controlled Technical Information and military personnel records, and classifies them into two levels: Basic and Specified, differentiated by their handling controls. Access to CUI is restricted to authorized individuals with a legitimate government purpose and entails specific marking requirements for documents, including both unclassified and classified formats. The document emphasizes the importance of protecting CUI through proper handling during reproduction, destruction, and transport, alongside stringent mechanisms to report any unauthorized disclosures. The purpose of these regulations is to standardize the management of unclassified information, ensuring that sensitive data is securely handled to prevent unauthorized access and breaches within the context of federal RFPs, grants, and contracts. These guidelines aim to safeguard national security interests while maintaining compliance with federal directives.
    The Columbus Air Force Base (AFB) Entry Authorization Listing (EAL) form serves to regulate entry for individuals onto the installation for specific events. The form collects personal information such as name, driver's license number, full social security number, and birth date of visiting personnel, which is used to verify and authorize entry as requested by a sponsor. The collected data is governed by the Privacy Act, stipulating that while disclosure is optional, failure to provide complete information can lead to denied access. The EAL must be submitted at least three duty days prior to an event, detailing the event, duration, and authorized entry gates. It also outlines that this information will be stored temporarily, with measures in place for confidentiality, and may be shared with relevant agencies if necessary for legal compliance. This structured approach ensures security at the installation while allowing for monitored access during specified occasions.
    This memorandum from the 14th Flying Training Wing at Columbus Air Force Base outlines mandatory procedures for contractors regarding the safeguarding of Controlled Unclassified Information (CUI). It emphasizes that all contractors, including subcontractors, must acknowledge and comply with CUI safeguarding protocols before and after contract award. Key points include the requirement for contractors to complete Department of Defense CUI training before accessing CUI materials, and the obligation to report any improper disclosures to the contracting officer within 72 hours. Additionally, the memorandum states that Contracting Officers may impose further requirements to cater to specific contract needs. Overall, it reinforces the importance of securing sensitive information in compliance with relevant federal regulations and policies. The primary focus is to ensure that contractors are trained and held accountable in the handling of CUI, aligning with government standards for information security in federal contracting.
    The document addresses the request for information (RFI) concerning certification requirements for contractors involved in surface preparation and coating applications. It suggests reconsidering the necessity of the SSPC QP-1 certification, as it may limit competition due to its specificity to heavy industrial applications. The document proposes accepting NACE Level 3 certification as an alternative, noting that few commercial contractors possess the SSPC QP-1 certification, and it may soon become obsolete following the merger of SSPC and NACE into AMPPP. It clarifies that while SSPC QP-1 remains essential for the coating contractor, a NACE Level 3 or SSPC QP-5 certified inspector can be utilized for quality control oversight. The document outlines the relevance of these certifications, with SSPC QP-1 validating contractor capability for complex surface work and SSPC QP-5 and NACE serving as acceptable qualifications for quality control inspectors. This clarification aims to facilitate greater competition and ensure quality compliance within the RFP process while potentially easing the pathway for contractors.
    The document addresses a series of Requests for Information (RFIs) related to solicitation FA302225R0005 concerning corrosion control at Building 452. It outlines responses to potential bidders on various aspects of the project. Key topics include submission guidelines (allowing proposals via email), clarifications on past performance requirements, specifications for helical piers, and adjustments to certification requirements that might limit contractor participation. Notably, it confirms that the project is a Total Small Business Set Aside and details the necessary compliance with NIST cybersecurity standards. Multiple RFIs regarding project specifications, lead abatement procedures, and drawing scale corrections are addressed, with responses provided to enhance clarity and compliance. The intent is to ensure potential bidders fully understand project requirements and compliance to foster fair competition and precise proposals, ultimately driving the project towards successful execution while safeguarding regulatory requirements.
    The document outlines a federal solicitation for the renovation of the B452 T-7 Hangar at Columbus Air Force Base. The contractor is required to execute a full conversion from an existing wash rack to a new 4-bay T-7A hangar, adhering strictly to the Statement of Work (SOW) and all design specifications. Key elements include the requirement for performance and payment bonds, timelines for project commencement and completion, and adherence to various federal acquisition regulations. Offers must be submitted in a sealed manner, include an offer guarantee, and comply with terms related to contractor qualifications and performance expectations. The document specifies that this project is a Small Business Set-Aside, highlighting a commitment to small business participation, and outlines various clauses and requirements essential for contract management and compliance. Overall, this solicitation represents a structured approach to ensuring a qualified contractor is selected for this critical renovation, emphasizing regulatory adherence and project-specific requirements.
    This document serves as an amendment to a solicitation under federal procurement processes, extending the deadline for offer submissions and updating essential attachments related to a construction project. The amendment specifies that receipts of offers must acknowledge this change by particular methods, ensuring compliance by offerers. Key modifications include the removal of outdated specifications and design documents, alongside the incorporation of new materials such as updated design PDFs and specifications. The submission due date has been changed from July 28, 2025, to August 4, 2025, with a mention that other relevant details regarding requests for information (RFIs) have also been updated. Overall, all unchanged terms and conditions from the original solicitation remain in effect. This amendment reflects the procedural requirements and adaptations typical in government contracting and procurement, ensuring all stakeholders are informed of alterations that could affect project execution and compliance.
    This document serves as an amendment to a federal solicitation, specifically extending the proposal submission deadline and making several administrative updates. The new proposal due date is changed from August 4, 2025, to August 18, 2025. Additionally, the amendment includes the attachment of relevant files, namely “RTA Submittal Files - SCALE CORRECTION” and the responses to requests for information related to the solicitation. Furthermore, it removes a specific Defense Federal Acquisition Regulation Supplement (DFARS) clause regarding cybersecurity assessments, while maintaining all other contractual terms unchanged. This amendment is essential for providing stakeholders with updated guidelines and ensuring compliance with governmental protocols in the bid process while also facilitating the submission procedure for bidders.
    The Statement of Work (SOW) outlines the project EEPZ197007 for converting a corrosion control facility into a 4-bay T-7A hangar at Columbus Air Force Base, Mississippi. The contractor is required to manage all aspects of the construction, complying with federal and local regulations. The project entails full construction capabilities, including design documentation and material submittals. Key responsibilities include maintaining quality control through a comprehensive Quality Control Plan, scheduling and conducting progress reports, and managing safety and environmental protection measures. The contractor must ensure proper handling of government-furnished materials and adhere to strict timelines to avoid penalties. Additional requirements include obtaining necessary permits, coordinating with government inspectors, and protecting existing conditions during construction. Overall, this document emphasizes adherence to detailed guidelines to ensure successful project completion while promoting safety and regulatory compliance.
    The document outlines Wage Determination Number MS20250045 for building construction projects in Mississippi, effective January 31, 2025. It specifies counties affected and details wage rates under the Davis-Bacon Act, including minimum wage requirements from Executive Orders 14026 and 13658. For contracts initiated after January 30, 2022, the minimum wage is $17.75 per hour; for those awarded between January 1, 2015, and January 29, 2022, the rate is $13.30, creating distinctions based on contract dates. Additionally, fringe benefits for various trades, including electricians, ironworkers, plumbers, and others, are listed alongside their wage rates. The document emphasizes the obligation of contractors to comply with these wage standards and other labor protections, including paid sick leave established in Executive Order 13706. It also outlines processes for appealing wage determinations and for contractors to request additional classifications when needed. This summary underscores the critical aspects of wage regulation and worker protections applicable to construction contracts in Mississippi, providing clarity on compliance requirements for contractors involved in federal and state-funded projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    RENOVATE CORROSION CONTROL HANGAR BLG 6626
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is soliciting proposals for the renovation of the Corrosion Control Hangar Building 6626 located at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to repair or alter airfield structures as indicated by the PSC code Z2BZ. The opportunity is set aside as an 8(a) Sole Source, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can obtain further details by logging into the PIEE system and searching for solicitation number W9126G26RA042. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018.
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    B6413 BUILDING RENOVATION SECURE SPACE
    Buyer not available
    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 falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the repair or alteration of airfield structures. The opportunity is set aside for 8(a) sole source contractors, emphasizing the importance of specialized services in maintaining secure military facilities. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number W9126G26RA026. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    Dorm 742 Renovation
    Buyer not available
    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.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.