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 entails the construction of 14 additional RV spaces, complete with necessary infrastructure such as an asphalt drive, electrical systems, and water and sewer connections, all while adhering to federal construction standards and environmental regulations. This initiative aims to enhance recreational facilities for military families, reflecting the government's commitment to improving quality of life for service members. Interested contractors should note that bids are due by April 7, 2025, with an estimated project cost between $250,000 and $500,000. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or by phone at 803-895-5381.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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
    Family Camp Recreational Vehicle Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Family Camp Recreational Vehicle Parking Expansion project at Shaw Air Force Base in South Carolina. The objective is to construct 14 additional RV parking spaces, including the installation of an asphalt drive, electrical systems, water and sewer connections, and other related infrastructure as outlined in the Statement of Work. This project is significant for enhancing recreational facilities for military personnel and their families, reflecting the Air Force's commitment to supporting service members. Interested small businesses must prepare for a site visit scheduled for February 7, 2025, and submit bids by April 7, 2025, with all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This federal contract, designated for Historically Underutilized Business (HUBZone) participation, involves significant construction work estimated between $5 million and $10 million, with a project timeline commencing on September 1, 2025, and concluding by September 3, 2026, followed by a 30-day closeout period. The project is critical for maintaining operational readiness and safety at the base, requiring compliance with federal wage standards and safety regulations throughout the construction process. Interested contractors should contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil for further details, and must submit their proposals in accordance with the solicitation requirements by the specified deadlines.
    B1947 Install Outlets
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of four 120V electrical outlets in the Distribution Room FMGRSR02 at Shaw Air Force Base, South Carolina. The project requires comprehensive management, equipment, labor, and adherence to electrical codes, including the addition of breakers to an existing electrical panel and proper conduit installation. This opportunity is part of a broader initiative to enhance electrical infrastructure at military facilities, ensuring compliance with safety standards and operational efficiency. Interested parties must respond to the Sources Sought Notice by February 28, 2025, providing a capability statement and relevant corporate information to SSgt Christon Reed at christon.reed@us.af.mil or Tariq Ellis at tariq.ellis@us.af.mil.
    FY25 MAFB Construct Fire Station Bay Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking capable businesses for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. This project, estimated to cost between $5 million and $10 million, involves the construction of a facility approximately 20,000 square feet in size, designed to accommodate emergency services equipment and trailers, including features such as parking stalls, a foam storage room, restroom facilities, and utility spaces. The procurement is critical for enhancing emergency response capabilities in remote climates, and interested firms must demonstrate relevant experience and comply with military design standards. Responses to the Sources Sought Notice are due by February 26, 2025, and interested parties should contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil for further details.
    B825 Chiller and Boiler Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B825 Chiller and Boiler Repair project at Shaw Air Force Base in South Carolina. The project involves the demolition of outdated chillers and a boiler, followed by the installation of new government-furnished equipment, with a total duration of approximately 126 calendar days. This initiative is critical for maintaining operational efficiency at the Base Defense Operations Center and requires compliance with various federal, state, and local construction standards, as well as environmental regulations. Interested contractors, particularly small businesses, should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details and to ensure adherence to the outlined requirements.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the F-35 Combined Weapons Facility at the Jacksonville Air National Guard Base in Florida. This project, designated under solicitation number W50S6Y25BA004, is set aside for small businesses and has an estimated contract value between $10 million and $25 million, focusing on site preparation, utility extensions, and facility construction in compliance with federal regulations. The initiative is crucial for enhancing military capabilities and modernizing defense infrastructure, with responses due by 10:00 AM on March 20, 2025. Interested contractors can reach out to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405 for further information.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, requiring completion within 730 days post-award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and the Davis-Bacon Act, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Convert B452 Wash Rack into 4-bay T-7A Hangar
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the conversion of the B452 Wash Rack into a new 4-bay T-7A hangar at Columbus Air Force Base in Mississippi. This project, identified as Project Number EEPZ197007, requires the contractor to manage all aspects of construction, including labor, materials, and compliance with safety and environmental standards, with a performance period of 548 days. The estimated construction magnitude is between $5 million and $10 million, and interested small businesses must submit their responses by March 6, 2025, including relevant qualifications and experience. For further inquiries, interested parties can contact Daniel Stilts at daniel.stilts@us.af.mil or call 662-434-3740.
    B1904 Repair ADA Compliant Doors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of ADA compliant doors at Building 1904, Shaw Air Force Base, South Carolina. The project involves replacing two exterior doors to ensure compliance with accessibility standards, requiring contractors to provide all necessary planning, labor, materials, and equipment, with a completion timeline of 120 calendar days from the notice to proceed. This initiative underscores the government's commitment to maintaining facilities that meet ADA regulations and enhance accessibility for all users. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit sealed bids by the specified deadline, with a project value estimated at less than $25,000. For further inquiries, contractors can contact Tariq Ellis at tariq.ellis@us.af.mil or SSgt Christon Reed at christon.reed@us.af.mil.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, the construction of new channels to replace existing culverts, and adherence to environmental regulations, with an estimated construction cost between $10 million and $25 million. The initiative is crucial for maintaining infrastructure integrity and operational readiness while ensuring compliance with environmental safety standards. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.