CDC Sheds
ID: FA255025Q0021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Prefabricated Wood Building Manufacturing (321992)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

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 installation, repair, and replacement of window panels in playground sheds at Schriever Space Force Base in Colorado. This project aims to enhance child safety by preventing entrapment during play, with a focus on compliance with safety guidelines and regulations. The procurement is designated as a total small business set-aside under NAICS code 321992, with a firm-fixed price contract structure, and responses are due by July 31, 2025. Interested contractors are encouraged to attend a mandatory site visit on July 16, 2025, and can reach out to primary contact Kaitlyn Guldan at kaitlyn.guldan@spaceforce.mil or 719-567-3454 for further information.

    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for the installation, repair, and replacement of window panels in playground sheds at Schriever Space Force Base, aimed at improving child safety by preventing entrapment. The solicitation number is FA255025Q0021001, issued on July 10, 2025, with responses due by July 31, 2025. The requirement is designated as a total small business set-aside under NAICS code 321992, with a maximum of 500 employees for eligibility. Key tasks include disassembly and disposal of old sheds, repair of existing structures, and installation of new sheds, necessitating a firm-fixed price contract. Bid submissions must include detailed technical approaches, price breakdowns, and several identifiers including CAGE and UEI numbers. A mandatory site visit is scheduled for July 16, 2025, with specific instructions for access. The government will evaluate offers primarily based on technical acceptability and price, with the lowest priced acceptable offer being favored for award. The document also incorporates clauses addressing the elimination of ozone-depleting substances, ensuring compliance with environmental regulations. Overall, the solicitation emphasizes transparency, competitive bidding, and safety-focused renovations for community playground facilities.
    Document FA255025Q0021 outlines key contractual clauses for federal solicitations, highlighting mandatory regulations and compliance requirements. The contract incorporates clauses on safeguarding defense information, whistleblower rights, and the prohibition of acquiring certain telecommunications equipment linked to geopolitical concerns, such as the Maduro regime and Xinjiang Uyghur Autonomous Region. The document emphasizes unique item identification for government procurement, detailing the contractor's obligations regarding item marking and reporting via the Wide Area Workflow system. It includes evaluation criteria for commercial products and services, emphasizing technical capability and price negotiations. Furthermore, it defines types of small businesses, such as women-owned and veteran-owned enterprises, ensuring equitable participation in government contracts. This document serves as a comprehensive guide for bidders to adhere to federal regulations while ensuring transparency and integrity in the acquisition process, reflecting the federal government's commitment to compliance, security, and inclusivity in contracting.
    The document outlines the Statement of Work (SOW) for the disposal, repair, and replacement of sheds at Building 60 in Schriever Space Force Base, Colorado. Key tasks include the demolition and replacement of specific sheds in both School Age and Preschool Playgrounds, totaling four new sheds of various sizes. The project requires technical supervision to ensure compliance with safety regulations and construction standards. Emphasis is placed on utilizing quality materials and methods, such as water-resistant flooring and installation of tempered glass viewing panels in certain sheds. The contractor must adhere to OSHA and local guidelines, ensure safety training for workers, and submit a project schedule for approval. Site access and working hours are clearly defined, including holiday closures and weather-related work delays. A final inspection will be conducted upon completion, necessitating warranty documentation for materials and labor provided. This project exemplifies a federal initiative aimed at maintaining and improving child development facilities on military bases while ensuring safety and compliance with governmental standards.
    The CDC/SAC Shed Disposal and Replacement Project at Schriever SFB, CO, aims to replace 12 existing playground sheds for Child and Youth Programs to enhance safety with the addition of viewing panels. The contractor is responsible for providing all necessary equipment, materials, and labor, ensuring that all supplies are new. Compliance with federal, state, and local safety regulations is mandatory, including coordination with site safety officers and adherence to security protocols. The project includes removing the existing sheds and ensuring the replacements are installed on the current concrete slabs, using hail-resistant materials. Key specifications for the new sheds include wood A-frame construction, water-resistant flooring, appropriate dimensions, and sufficient window placements for safety and visibility. The final deadline for project completion is set for June 30, 2025. This initiative demonstrates the government's commitment to providing safe environments for children at military facilities while adhering to established building standards and safety procedures.
    The document outlines the installation layout of Space Base Delta 1 at Schriever Space Force Base, focusing on a designated playground area as part of integrated installation planning according to AFI 32-1015 guidelines. It includes a reference map indicating features such as various types of playgrounds for different age groups (infant, pre-school, toddler, and school-age), along with infrastructure elements like parking, roads, buildings, and security boundaries. The map is intended strictly for planning purposes, prohibiting public distribution or usage for engineering work, and emphasizes the safeguarding of sensitive information in line with DoDD and DoDI directives. The detailed legend provides clarity on the symbols used, such as windows and sheds, while safety instructions for the map's disposal are included to meet security protocols. Overall, the document serves to inform stakeholders about the installation's layout and ensure compliance with federal standards in facility planning and security management.
    The government file addresses specific inquiries regarding a construction project related to playground installations. It clarifies that the desired size for viewing windows is 18"x36", as indicated in the Statement of Work (SOW). Additionally, it confirms that a project fence or barrier is not necessary, as the playground areas will be selectively closed off during the construction work. This response outlines key logistical considerations and safety measures associated with the project, providing essential guidelines for contractors involved in the bidding process. Overall, the document ensures clarity on requirements, facilitating compliance with project specifications in the context of government RFPs.
    The solicitation for "CDC Sheds" (Solicitation Number: FA255025Q00210001) seeks quotes for the provision of 12 storage sheds for playgrounds at Schriever Space Force Base, aimed at enhancing safety for children by preventing entrapment. It is set aside for small businesses under the NAICS code 321992, with a submission deadline of April 22, 2025, and a requirement for submissions to be emailed to designated contacts. Quotes must include several documentation elements such as the CAGE number and a technical approach, along with a price breakdown, to be considered for award. The contract will be awarded based on a "Firm-Fixed Price" structure to the most technically acceptable offer with the lowest price. All submitted prices must be evaluated using a specific spreadsheet, and potential vendors must have active registration in the System for Award Management (SAM). The document emphasizes the importance of compliance with safety and environmental regulations, prohibiting the use of Class I ozone-depleting substances in the products offered. This solicitation reflects the government’s approach to procure necessary infrastructure while ensuring safety and compliance standards are met.
    The solicitation FA255025Q00210002 issued by the 50th Contracting Squadron at Schriever SFB, Colorado, pertains to a Request For Quotation (RFQ) for 12 storage sheds to enhance playground safety for children. This amendment includes details such as a site visit on April 22, 2025, an extended response deadline, and guidelines to submit quotes which must be emailed to specified contacts. The requirement is set aside for small businesses under the NAICS code 321992, with a size standard of 500 employees. Offerors must provide a cover letter, a technical approach, and a price breakdown to be considered. Evaluation will focus on technical acceptability and pricing, with awards granted to the lowest priced submissions meeting all criteria. The document outlines necessary clauses regarding the disposal of ozone-depleting substances and establishes points of contact for further inquiries. The intent is to streamline procurement while adhering to federal and Air Force regulations, emphasizing both vendor qualification and compliance with contractual obligations.
    The document details a Request for Quotation (RFQ) issued by the 50th Contracting Squadron for 12 storage sheds intended for playgrounds at Schriever Space Force Base, Colorado. The solicitation emphasizes compliance with safety guidelines to prevent entrapment during children's play. It is designed for small businesses under the NAICS code 321992, with a response deadline on April 22, 2025. Quotes must be submitted via email and include essential identifiers such as a CAGE and UEI number, contact information, estimated delivery, and a price breakdown. Contract award will focus on the lowest-priced quotes that meet the government's technical acceptability requirements. The solicitation includes terms regarding evaluation criteria and provides mechanisms for addressing concerns through an appointed ombudsman. The document underscores the government's commitment to fair competition among vendors while ensuring safety and compliance with established regulations.
    Lifecycle
    Title
    Type
    CDC Sheds
    Currently viewing
    Solicitation
    Similar Opportunities
    OFF BASE PRIORITY CHILD CARE REFERRALS
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is requesting pricing for childcare services in Colorado Springs, CO. The services will consist of referring childcare slots to off-base facilities to support the mission needs of PSFB. Multiple blanket purchase agreements will be established with approved vendors. Families can request care through militarychildcare.com, following the DoD priority system. Only written quotes will be accepted.
    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.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Playground Equipment Supply, Edward MacDowell Lake, Peterborough, NH
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking small business vendors to supply, deliver, and unload playground equipment at Edward MacDowell Dam in Peterborough, New Hampshire. The procurement includes specific requirements for playground structures and a swing set system, emphasizing compliance with safety certifications (ASTM and CPSC), design specifications, and aesthetic considerations, such as color schemes. This opportunity is significant for enhancing recreational facilities and ensuring safety standards for community use. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Contract Specialist Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, with the award based solely on price.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    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.
    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.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    B6413 BUILDING RENOVATION SECURE SPACE
    Dept Of Defense
    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, identified as 'B6413 BUILDING RENOVATION SECURE SPACE', falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified as a repair or alteration of airfield structures. The contract is set aside for 8(a) sole source, indicating a focus on small businesses within the 8(a) program, and interested parties can find more details by logging into the PIEE portal and searching for solicitation number W9126G26RA026. For inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.