Family Camp RV Parking Expansion
ID: FA480325B001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF PARKING FACILITIES (Z2LZ)

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 bids for the expansion of the Family Camp RV parking facilities at Shaw Air Force Base in South Carolina. The project involves adding 14 recreational vehicle parking spaces, including the construction of an asphalt drive, installation of electrical systems, and provision of water and sewer connections, with an estimated construction cost between $250,000 and $500,000. This initiative aims to enhance recreational facilities for military personnel and their families, ensuring compliance with federal construction standards and environmental regulations. Interested contractors must submit their bids by April 14, 2025, and can contact Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to solicitation FA480325B0001, addressing questions and clarifying requirements for contractors engaging in a specific project. Key topics include permitting, supervision roles, and safety plans, with answers clarifying that no SCDHEC permit or contract-specific QA/QC and Safety Plans are required. The project is not tax-exempt, and bidders must submit both a hard copy and electronic bid, as merely sending an electronic version will not suffice. Additional clarifications include timelines for providing necessary documents after bid selection, details on water and sewer line tie-ins, and the status of a site visit, indicating no further visits are planned after a previous one. This document serves to guide bidders by ensuring clarity regarding the bid submission process and project requirements, crucial for compliance with federal and local guidelines for request for proposals (RFPs).
    This document is an amendment to a solicitation, which extends the time for receipt of offers and clarifies submission requirements. The amendment outlines how offerors must acknowledge receipt of the change prior to submission deadlines, detailing three acceptable methods for doing so. It serves to inform contractors of modifications to the solicitation and provides important dates, including the deadline for submitting questions related to the solicitation, which is set for March 6, 2025, at 2:00 P.M. EST. All bids must include the correct acknowledgment of this amendment, as failure to do so may disqualify them from consideration. Moreover, it emphasizes that all other terms and conditions of the solicitation remain unchanged. This amendment illustrates the structured communication essential in federal procurement processes, ensuring all parties have a clear understanding of requirements and deadlines to facilitate a fair solicitation process.
    The document outlines specific details regarding the sewer line connection, referred to as Detail D-3. It serves to provide technical specifications and visual representations necessary for planning and executing sewer line installations. The key components include material requirements, dimensions, and installation guidelines essential for ensuring proper connectivity and compliance with municipal standards. Moreover, the document emphasizes the importance of adhering to local regulations and best practices in construction to mitigate issues related to waste management and environmental impact. Overall, this information is vital for contractors responding to governmental RFPs related to infrastructure improvements, ensuring that projects meet quality expectations and functional effectiveness in sewer management systems.
    The Design and Construction Standards for Shaw Air Force Base, issued on March 23, 2018, provide comprehensive guidelines for all design and construction activities within the base's jurisdiction. This document aims to ensure project compliance with federal, state, and local regulations, environmental standards, and antiterrorism requirements. It outlines the necessary permits, documentation, and construction practices, including quality control measures and environmental protection protocols. Key sections include standards for civil works such as concrete and asphalt specifications, architectural design principles focusing on life safety and accessibility, and mechanical and electrical systems guidelines. The document emphasizes the importance of adhering to various national codes, including NFPA and IBC, as well as maintaining safety and security during construction. Additionally, specific procedural requirements are mandated, such as the submission of forms, daily reporting, and compliance with permits related to hazardous materials disposal and stormwater management. The standards facilitate coordination among contractors, engineers, and government representatives, promoting a structured and efficient construction process while prioritizing safety, quality, and environmental sustainability.
    The FamCamp Expansion project (VLSB 24-0019) aims to add 14 RV sites, complete with utilities, to FamCamp at Shaw Air Force Base. The scope of work includes constructing an asphalt drive, installing electrical systems, and providing water and sewer hookups, among other tasks outlined in the Statement of Work (SOW). Key tasks involve tree removal, grading, installation of a 400-amp panel, and setting up Wi-Fi poles and street lights, following specific design documents. The total project duration is set for 195 calendar days, comprising 165 days of construction and 30 days for closeout documentation. Contractors are required to adhere to various construction and environmental codes, obtain necessary permits, and ensure minimal disruption to base operations during construction. The project emphasizes quality standards, including a one-year warranty against defects, and requires contractors to submit daily reports on progress, including completion pictures and waste disposal receipts. This initiative reflects the government's commitment to enhancing recreational facilities for military personnel and their families while ensuring compliance with rigorous construction and safety standards.
    The document is a Q&A related to the VLSB 24-0019 project, focusing on the requirement for NPDES coverage from SCDHEC during construction sequence #1. The primary inquiry addressed whether any permitting from SCDHEC is necessary for this project. The response clarifies that a SCDHEC permit is not required, as Shaw serves as its own permitting agency, and no Land Disturbance Permit (LDP) is needed. This indicates a streamlined permitting process for this specific project, ensuring compliance without additional bureaucratic hurdles. No further questions were asked regarding this requirement, emphasizing clarity in the permitting landscape for participants involved in the project. Overall, the document serves to clarify procedural requirements within the context of federal and state regulations related to construction permits.
    This document concerns the amendment of a solicitation for a project at Shaw Air Force Base to add recreational vehicle parking spaces. The solicitation due date is extended to April 14, 2025, with submissions required to acknowledge this amendment. Several clauses have been removed to comply with federal guidelines and two new clauses regarding bid guarantees have been added. The project involves constructing infrastructure such as asphalt drives, electrical systems, concrete pads, and water/sewer systems, with an expected construction cost between $250,000 and $500,000. The amendment clarifies the solicitation details including a site visit conducted earlier in February. Critical updates include changes to contractor responsibilities, progress payment terms, and compliance with the Buy American statute for construction materials. The document also details representation and certification requirements for prospective contractors, emphasizing adherence to federal and local regulations while fostering small business participation. All other terms and conditions remain unchanged.
    The document serves as an amendment to a solicitation, outlining the updated terms regarding the receipt of offers and modifications to a contract. It specifies that the deadline for submitting offers is either extended or remains unchanged, and emphasizes the importance of acknowledging receipt of the amendment to avoid rejection. The amendment allows for changes to submitted offers through various methods, ensuring they reference the specific solicitation and amendment numbers. Additionally, the document includes administrative details, such as the addition of new attachments, specifically the "Atch 15-Shaw AFB Design Standards," without altering other existing terms and conditions. It is aimed at contractors to ensure compliance with updated requirements by the U.S. government. Overall, the document facilitates communication between the government and contractors regarding modifications and the submission process, integral to government procurement and contract management. This ensures all parties are informed and aligned with the latest contractual obligations.
    This document presents pricing details and specifications for contracts related to the repair and replacement of base infrastructures, specifically addressing asphalt and concrete paving, site preparation, utility installation, and erosion control. It includes a comprehensive breakdown of costs associated with various tasks such as mobilization, excavation, tree removal, asphalt paving, and electrical work, quantified in units like cubic yards (CY), square yards (SY), and linear feet (LF). Each task lists its estimated quantities and unit prices, highlighting the estimated total costs for government contracts. The file outlines several phases, indicating unit prices for base year and two option years, which detail escalating costs for continued work. For instance, unit prices for materials and labor tend to increase in subsequent years, reflecting inflation or changes in market rates. The structured format allows for easy comparison and assessment of project requirements and budgeting for funding agencies, indicating careful planning to ensure compliance with government procurement protocols. The document reflects a tailored approach to address specific site infrastructural needs while ensuring rigorous adherence to regulatory mandates.
    The Department of the Air Force has issued a bid schedule for the FamCamp Expansion project, specifically announced under VLSB 24-0019. This request for proposals (RFP) pertains to the addition of 14 RV sites at the FamCamp, requiring the provision of all necessary plans, labor, materials, equipment, permits, and transportation. Bidders are expected to perform all operations in strict accordance with the contract documents and the Statement of Work (SOW) provided. The document outlines the bidding structure with distinct cost itemization (CLIN01) and leaves a space for the total bid amount, indicating the project's financial scope. Overall, this RFP emphasizes the need for comprehensive management and execution of construction tasks associated with expanding recreational vehicle accommodations at the facility. It reflects the Air Force’s broader objective to enhance its quality of service for personnel and visitors at this site.
    The document outlines the proposed expansion of a FamCamp facility by the 20th Civil Engineer Squadron. It includes essential components such as site plans, grading, erosion control measures, and electrical layouts, adhering to the 2018 International Building Code. The proposal emphasizes safety and regulatory compliance throughout the construction phases, highlighting the contractor's responsibility to follow all applicable codes and standards. Key sections detail construction methods, materials requirements, and maintenance of erosion control devices in compliance with environmental regulations. The inclusion of construction entrance specifications and silt fence installation underlines the commitment to reducing sediment and erosion during building activities. This document serves as a fundamental reference for contractors, ensuring they meet requirements for site stabilization, safety, and overall project execution. The proposed expansion aims to enhance the facility's capacity while mitigating environmental impacts and adhering to federal construction standards.
    The document details a Schedule of Material Submittals for the FAMCAMP Expansion project, under Solicitation No. F38604-99-1480. It outlines specific requirements for various materials and documentation to be submitted by the contractor throughout the project's lifecycle. Each item listed includes certifying compliance, shop drawings, and essential specifications for installations such as light poles and asphalt mixes. The schedule specifies submission timelines, such as needing light pole specifications prior to their ordering and soil compaction test results before paving. The completion and approval of these submissions are necessary for project compliance and successful contract execution. This document serves to facilitate the oversight of material compliance and project management within the framework of federal and local contracting standards. By clearly organizing required submissions, it ensures that all parties involved adhere to necessary protocols, thus supporting effective project delivery and accountability.
    The document is the General Wage Determination for South Carolina, specifically General Decision Number SC20250030, effective January 3, 2025. It outlines wage rates for building construction projects in Sumter County, specifying that contracts subject to the Davis-Bacon Act must pay a minimum wage in compliance with Executive Orders 14026 and 13658, depending on contract dates. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.75 per hour. For earlier contracts not renewed, the minimum wage is $13.30. Various construction classifications are listed with corresponding wage rates and fringe benefits, including electricians, bricklayers, carpenters, and laborers, highlighting the wages for specific tasks and conditions. The document details the criteria for appealing wage determinations, including submission processes to the Department of Labor. This summary provides essential information regarding prevailing wage requirements, worker protections, and procedures related to wage determination appeals, all crucial for contractors involved in federally funded construction projects in South Carolina.
    The document outlines special clauses applicable to federal construction contracts, emphasizing key requirements such as estimating project costs without revealing the agency's financial estimates, displaying fraud hotline posters, and enforcing equal opportunity for workers with disabilities. It provides specific parameters for indicating the magnitude of construction projects through defined price ranges and mandates contractors to adhere to Buy American provisions for construction materials, encouraging the use of domestically produced goods. Furthermore, it details responsibilities for design and oversight, ensuring architectural and engineering tasks meet national standards. Contractual obligations include addressing delays with liquidated damages and maintaining compliance with labor standards. The primary aim is to uphold transparency, fair employment practices, and the proper execution of construction projects while safeguarding financial interests and promoting legal compliance within the government contracting framework.
    The document outlines the Nonappropriated Fund Instrumentality (NAFI) standard clauses relevant to contracts, specifically detailing the legal foundation, claims and protests, representations, insurance requirements, procurement integrity, and compliance regulations that contractors must adhere to. Key aspects include the definition of terms such as "Contractor", "Contracting Officer", and "Claims," indicating the legal obligations and regulatory framework governing these contracts. It highlights the NAFI's legal status and specifies that appropriated funds will not fund these contracts. The document emphasizes the contractor's responsibility for compliance with various laws, including anti-trafficking and labor standards, and sets expectations for insurance coverage and indemnification. It restricts any representations of a contractual relationship with the U.S. Government without explicit permission, and incorporates sustainability and environmental considerations into operations. Further provisions detail invoicing procedures, payment structures, and termination conditions due to convenience or cause, establishing a comprehensive regulatory environment for both the NAFI and contractors. This file serves to ensure clear guidelines and responsibilities for contractors involved in government contracts under NAFI, reflective of broader accountability measures in government procurement processes.
    The document provides a comprehensive outline of nonappropriated fund standard clauses incorporated by reference, detailing various federal regulations pertinent to contracts and grants. Key clauses include prohibitions on individuals with felony convictions from serving in certain capacities related to Department of Defense contracts, strict regulations against using software and services provided by Kaspersky Lab and entities like Huawei and TikTok, and requirements for safeguarding covered defense information, including cyber incident reporting. The clauses establish conditions for securing contracts related to technology and defense, emphasizing compliance with federal mandates. Additionally, the document addresses worker protections against child labor, service contract labor standards, and the equal opportunity provisions for veterans and protected classes. The guidelines aim to ensure the integrity of federal contracting processes while promoting ethical practices and national security considerations in contract execution.
    The federal solicitation FA480325B0001 is for the construction of additional recreational vehicle (RV) parking spaces at Shaw Air Force Base Family Camp Site, involving the addition of 14 RV spaces with accompanying infrastructure such as an asphalt drive, electrical systems, and water and sewer connections. The estimated project cost is between $250,000 and $500,000, with bids due by April 7, 2025. The contract requires performance bonds, and selected contractors must comply with various contract clauses, including those related to payment procedures, subcontracting limitations, and the Buy American Act. A site visit for interested bidders has already occurred, and details regarding performance timelines and post-award actions are clearly outlined. The project follows strict guidelines as it falls under Non-Appropriated Fund Instrumentality requirements, ensuring compliance with federal spending and contracting regulations. This summary emphasizes the solicitation's focus on enhancing recreational facilities for military families while adhering to government procurement procedures and specifications.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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.
    COVERED PARKING ARRAY AT FARMINGDALE AFRC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New York District, is soliciting bids for the construction of a Covered Parking Array at the Armed Forces Reserve Center (AFRC) in Farmingdale, New York. The project involves the construction of two tubular steel canopy structures to support photovoltaic solar panels, the installation of an integrated gutter and stormwater drainage system, a prefabricated battery storage building, and four dual-port electric vehicle charging stations. This initiative is part of a broader effort to enhance renewable energy infrastructure and electric vehicle support at military facilities. Interested contractors must submit their bids by January 12, 2026, at 2:00 PM EST, with a bid guarantee required, and the estimated project magnitude is between $5 million and $10 million. For further inquiries, potential bidders can contact Adrian Stafford-Browne or Nicholas P. Emanuel via their respective emails.
    FY26 Improve Military Family Housing PAIP 9 Phase 3
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is preparing to solicit bids for the FY26 Improve Military Family Housing PAIP 9 Phase 3 project at Yokota Air Base, Japan. This project involves the modernization, renovation, and repair of thirty-four three-bedroom military family housing townhouse units, with an estimated construction cost between ¥2,500,000,000 and ¥10,000,000,000. The successful contractor will be required to complete the work within an 18-month performance period, and the solicitation is anticipated to be issued in December 2025 or January 2026. Interested bidders must be registered in the System for Award Management (SAM) and possess the necessary Japanese construction licenses, with bids due by the specified deadline. For further inquiries, contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    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.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.