Repair MX Dock B578 and IMC Pavements Area F
ID: FA441825R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    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.

    Files
    Title
    Posted
    The document outlines the construction timeline and weather impact for the project designated DKFX 1052062/1069806, which involves the repair of Maintenance Dock B578 and the IMC Pavement Area F. The project is set to commence on September 1, 2025, with the anticipated construction completion date on September 3, 2026, followed by a 30-day closeout period. A total of 270 construction days are planned, although each month has different estimates of potential construction days affected by inclement weather. Notably, October 2025 through June 2026 shows varying averages of 14 to 22 weather-impacted days per month, reflecting significant weather-related disruptions. The document also includes instructions for estimating Notice to Proceed (NTP), mobilization and submittal preparation, and the necessary lead time for special order materials. The total contract days and projected completion date are integral elements closely linked with liquidated damages, indicating financial impacts for delays. This file serves as a crucial planning and oversight tool for stakeholders involved in federal and state RFPs related to construction contracts, emphasizing the importance of time management and weather considerations in project execution.
    The document outlines the final design plans for a construction project associated with the Air Mobility Command at Joint Base Charleston, SC, dated June 8, 2023. It focuses on demolition activities required to remodel existing structures, detailing general demolition processes, safety considerations, and necessary coordination among various trades including mechanical, plumbing, electrical, and structural teams. The drawings specify the elements to be demolished or retained, such as walls, doors, and utility fixtures, while emphasizing compliance with relevant building codes and standards. Keynotes throughout the plans clarify specific demolition instructions and structural alterations, ensuring the contractor is aware of responsibilities related to material protection and proper disposal. This document serves as a crucial part of the broader construction planning, facilitating adherence to government regulations on facility upgrades while ensuring the integrity of existing infrastructure.
    The document outlines safety protocols for contractors involved in construction projects, emphasizing the necessity to contact 811 for utility location verification at least 72 hours prior to starting any digging activities. This repeated instruction highlights the importance of safety and security in avoiding utility strikes, which could lead to hazardous situations. The main focus is to ensure that contractors are aware of underground utilities to prevent accidents that could impact safety and infrastructure. Overall, the document serves as a crucial guideline for contractors, reinforcing the critical responsibility of identifying utility locations and coordinating necessary precautions before proceeding with construction work.
    The final design submittal for the TWCF Repair Maintenance Dock, Building 578, at Joint Base Charleston outlines comprehensive requirements for project execution and compliance with various safety and environmental standards. The document, overseen by Project Manager Grant Eversmann and Designer of Record James G. Jones, details a structured approach across multiple divisions, including general requirements, existing conditions, construction methods, special inspections, and environmental controls. A notable part of the report involves a lead and asbestos assessment conducted by S&ME, Inc., indicating no asbestos-containing materials were found. However, lead-based paint was detected on exterior parking bollards which must be addressed in compliance with regulatory guidelines prior to renovation activities. Emphasis is placed on the need for proper handling and disposal of any lead waste, adhering to OSHA standards. The protocols for special inspections are also underscored, establishing roles for qualified inspectors, including the Special Inspector of Record (SIOR) and quality control measures to ensure project integrity, safety, and compliance with International Building Code requirements. This systematic framework illustrates the government's commitment to ensuring construction safety while addressing environmental health risks.
    The document outlines two construction projects at Joint Base Charleston: the repair of Maintenance Dock B.578 and the repair of IMC Pavements in Area F. It details work under the federal contract, including project specifications, submittal requirements, work restrictions, scheduling, and safety guidelines. Key project components include repairing the aircraft hangar and replacing existing pavement with new aircraft-rated concrete. Restrictions are put in place to minimize interference with ongoing base operations, and comprehensive safety measures must be followed to protect existing structures and utilities. Contractor submissions need government approval and must adhere to strict compliance, including insurance and qualification documentation. A well-structured project schedule is emphasized, utilizing the Critical Path Method (CPM) for oversight and ensuring timely completion. Communication between the contractor and government officials is crucial, with regular meetings planned to discuss progress, solve potential issues, and facilitate the project’s execution. This document serves as a blueprint for the contractors to follow, ensuring all federal and military regulations are met throughout the construction process.
    The document outlines the specifications for repairing IMC pavements at Joint Base Charleston in South Carolina, emphasizing safety protocols during construction. Managed by Greg Jones, P.E., it serves as a comprehensive guideline for contractors detailing work restrictions, administrative requirements, and operational safety measures on an airfield. The project includes environmental controls, quality assurance processes, and a thorough geotechnical analysis that informs pavement design and construction practices. Compliance with FAA regulations is paramount, necessitating formal notifications for construction activities and adherence to safety standards. The intricacies of existing conditions, including pavement thickness and composition, were analyzed to ensure effective repairs. The document emphasizes coordination with airfield operations to mitigate disruptions and outlines strict guidelines for equipment marking, visibility, and vehicular movement on the airfield to uphold safety throughout the project.
    The document outlines the Schedule of Material Submittals for the "Repair IMC Pavements - Area F" project, as referenced in Solicitation/Contract No. FA441821C0028. It provides a comprehensive list of necessary preconstruction submittals, shop drawings, product data, samples, design data, and other documentation required for project compliance. Each submittal type is categorized (SD-01 to SD-11), detailing the item descriptions, contract references, required number of copies, and submission deadlines. Key categories include preconstruction submittals, safety plans, QC plans, environmental protection and waste management documentation, and final closeout submittals. Additionally, the document emphasizes adherence to safety regulations, environmental standards, and quality control measures throughout the project lifecycle. The structured format allows for tracking the receipt and approval of submissions, ensuring compliance with specified timelines. Ultimately, this schedule facilitates effective communication between contractors and project administrators, ensuring all necessary documentation is submitted for review and conforms to federal grant and state/local RFP standards, thereby promoting transparency and efficiency in the project execution process.
    The JB Charleston Offeror Question and Answer Form pertains to solicitation number FA441825R0002, which focuses on the repair and maintenance of Dock B578 and the IMC Pavements Area. The document serves as a resource for potential offerors, providing a structured method to seek clarifications regarding the solicitation, technical drawings, and specifications. Offerors are advised to submit questions in writing promptly to ensure responses can be disseminated to all competitors before proposal submission. Oral communications prior to contract award are not binding, and any answers deemed necessary for proposal preparation will be published on sam.gov. Key sections within the form request specification references, drawing details, and any pertinent attachments for context. The emphasis on written inquiries underscores the formal nature of federal procurement processes and the importance of maintaining equitable access to information for all bidders. This document exemplifies standard operating procedures in government Requests for Proposals (RFPs), ensuring clarity and transparency during bidding.
    This document outlines a solicitation for the construction and repair of Maintenance Dock B578 and IMC Pavements at Joint Base Charleston, South Carolina, under the solicitation number FA441825R0002. It details the requirements for contractors, including performance bonds and a requirement for HUBZone business participation. The project magnitude is estimated between $5 million and $10 million, with a directive for contractors to commence work within a specified timeframe upon receipt of a notice to proceed. Offers must be submitted sealed and conforming to set schedules, with provisions for competitive bidding. Key participants include Brian Hawk from the 628th Contracting Squadron for procurement inquiries. A notice emphasizes that funds are not currently available and that the government reserves the right to cancel the solicitation without obligation to reimburse bidders. Specific safety, insurance, and background check requirements are also mandated to ensure compliance with federal standards. Lastly, the document stipulates a pre-proposal conference for prospective contractors to clarify any uncertainties regarding the submission and procedures, ensuring a comprehensive understanding of the project's scope and requirements.
    The document outlines the General Decision Number SC20250034 for federal highway construction projects in South Carolina, covering Berkeley, Charleston, Dorchester, and Horry Counties. It details minimum wage requirements under the Davis-Bacon Act and relevant Executive Orders applicable to contracts entered on or after specified dates. Key points include wage rates for various construction trades, stipulating that if a contract is initiated after January 30, 2022, the minimum wage increases to $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a base rate of $13.30 per hour. The document elaborates on classification rates for workers in different roles, including carpenters, cement masons, laborers, and equipment operators, emphasizing the need for contractors to comply with established wage standards. Additionally, it provides guidelines for appeals concerning wage determinations and the inclusion of additional classifications if necessary. This statement serves as an essential resource for contractors engaged in construction projects funded by federal grants or subject to local RFPs, ensuring equitable compensation for labor in accordance with federal regulations.
    Lifecycle
    Title
    Type
    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.
    Grounds Maintenance - Joint Base Charleston, SC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide comprehensive grounds maintenance services at Joint Base Charleston, South Carolina. The contractor will be responsible for maintaining improved and semi-improved grounds, ensuring a clean and professional landscaping appearance, and adhering to all relevant federal, state, and local regulations. This procurement is critical for promoting the growth of healthy vegetation and maintaining the overall aesthetic and operational integrity of the base. Interested parties must attend a mandatory site visit on November 7th and 8th to understand the requirements fully, and they can contact Roger "Dale" Crews at roger.crews@us.af.mil or 843-963-3568 for further information.
    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.
    DRAFT: USACE SPK Design-Bid-Build (DBB) Construction F-35 East Campus Infrastructure Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to issue a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. The project, identified by solicitation number W9123825R0007, involves a range of construction tasks including the development of taxiways, roadways, pump stations, and upgrades to utility systems, necessitating coordination with both public and privatized utility services. This significant infrastructure project, with a budget between $100 million and $250 million, is crucial for enhancing operational capabilities at Hill AFB and is expected to be awarded by April 30, 2025. Interested contractors should register with the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on March 5, 2025, for further details.
    South Carolina ANG Construction MATOC
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the South Carolina ANG Construction Multiple Award Task Order Contract (MATOC) aimed at providing maintenance, repair, and construction services in support of the National Guard throughout South Carolina. This procurement is particularly focused on supporting the McEntire Joint National Guard Base in Eastover, South Carolina, and may extend to facilities of the South Carolina Army National Guard and the North Carolina Air National Guard. The MATOC will have a total ordering period of five years, with a maximum contract value of $49.5 million, reflecting the anticipated construction needs based on previous awards and planned projects. Interested contractors are encouraged to attend a virtual pre-proposal site visit on February 18, 2025, and must register by February 12, 2025, to participate; inquiries can be directed to Badri Francis at badri.francis.1@us.af.mil or Jonathan Bailey at jonathan.bailey.28@us.af.mil.
    Repair Hazmat Building Foundation BT11 B9064
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the Hazmat Building Foundation (BT11) at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as Project No. 7364559, involves concrete crack repairs in support beams and related work, with a focus on minimizing disruption to ongoing building operations. The estimated cost for the project ranges between $25,000 and $100,000, and the completion deadline is set for 120 days post-award. Proposals are restricted to pre-approved Civil Paving MACC contractors, with submissions due by February 19, 2025. Interested contractors can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further information.
    50T Crane Main Lift Cylinder Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of the main lift cylinder on a Grove Rough Terrain Crane (Model RT600E) at Joint Base Charleston, South Carolina. The contractor will be responsible for transporting the crane, disassembling the lift cylinder, replacing seals, resurfacing the cylinder rod with chrome, and reinstalling the refurbished cylinder, ensuring all repairs are leak-free and compliant with OSHA standards. This procurement is critical for maintaining operational efficiency and safety of the equipment used by the Air Force. Interested small businesses must submit their quotations by 09:00 AM EST on February 24, 2025, and can direct inquiries to SSgt Patrick Thomas at patrick.thomas.30@us.af.mil or by phone at 843-963-4485.
    Hangar 211 Repair & Fire Suppression
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the repair and fire suppression upgrade of Hangar 211 at Mountain Home Air Force Base in Idaho. The project, estimated to cost between $15 million and $20 million, involves significant structural repairs, the installation of an automated sprinkler system, electrical upgrades, and the provision of modular office trailers, with a total duration of 24 months allocated for design and construction phases. This initiative is crucial for maintaining military infrastructure while ensuring compliance with federal regulations and preserving historical properties. Interested small businesses, including those classified as Small Disadvantaged, HUBZone, SDVOSB, and Women-Owned, must respond by February 3, 2025, to express their interest and capabilities, with further inquiries directed to Caleb Ferch at caleb.ferch.1@us.af.mil or Ryan Rubenstein at ryan.rubenstein.1.@us.af.mil.
    REPAIR RUNWAY 32 PAVEMENT PHASE 3
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the Repair Runway 32 Pavement Phase 3 project at Dover Air Force Base in Delaware. This procurement involves comprehensive airfield pavement work, including milling, repaving, crack sealing, and striping, with a contract value estimated between $500,000 and $1 million, and a performance period of 60 calendar days from the notice to proceed. The project emphasizes adherence to environmental management, safety protocols, and compliance with federal regulations, reflecting the importance of maintaining operational efficiency and infrastructure integrity at military installations. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to TSgt Joshua Brooks at joshua.brooks.14@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil.
    Base Civil Engineer Complex Construction
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the construction of a Base Civil Engineering Complex at Westhampton Beach, New York. This project involves the construction of a 26,500 square foot facility for the Civil Engineering Squadron and the Contracting office, along with several optional enhancements including pavement and interior finishes. The contract, which is set aside entirely for small businesses, has an estimated value between $10 million and $25 million, with a duration of 545 days post-award. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on March 13, 2025, with bids due on or about March 21, 2025. For further inquiries, contact Sara Margaret E Luna at saramargaret.luna.1@us.af.mil or Melissa Santoro at melissa.santoro2.civ@army.mil.