137th SOW - Building 1040 Repair / Renovation Solicitation
ID: W50S8T25BA011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NV USPFO ACTIVITY OKANG 137OKLAHOMA CITY, OK, 73179-1051, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

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

    The Department of Defense, specifically the Oklahoma Air National Guard's 137th Special Operations Wing, is soliciting bids for the repair and renovation of Building 1040 at Will Rogers Air National Guard Base in Oklahoma City. The project encompasses extensive interior renovations, including the installation of fire protection systems, upgrades to mechanical and electrical systems, and improvements to various operational spaces, with a total estimated cost between $5 million and $10 million. This initiative is crucial for enhancing the operational capabilities and safety standards of military facilities, ensuring compliance with federal regulations and quality assurance protocols. Interested contractors must submit their bids by March 6, 2025, and can direct inquiries to Maj Ryan Moehle at ryan.moehle@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines special inspection requirements for the 137th Special Operations Wing project in Oklahoma City, focusing on building repairs. It references standards such as the ASCE 7-16 and International Building Code for compliance. The inspections, mandated to be conducted by independent third parties, ensure adherence to construction documents and building codes. Key roles include the Special Inspector (SI) and the Contracting Officer, who oversees the inspections and qualifications of workers. The document defines various types of inspectors and their qualifications, emphasizing the need for certifications in areas like structural steel, welding, concrete, and soil condition. It specifies responsibilities for maintaining reports on inspection activities, including daily reports and comprehensive final inspections at project completion. The goal is to guarantee quality assurance and correct deficiencies throughout the construction process, while also ensuring thorough documentation and compliance with standards. The file serves as a crucial guideline for contractors and inspectors, ensuring that the project adheres to safety and regulatory standards in government contracting.
    The document outlines specifications for the 137th Special Operations Wing (SOW) repair project at Building 1040 in Oklahoma City, focusing on wood products and finish carpentry standards. It references various industry standards related to wood treatment, certification, and construction, ensuring compliance with quality and safety regulations. Key sections detail required certifications for sustainably harvested wood, indoor air quality, product data submissions, and specific grades and treatments for wood materials used in construction. Critical aspects include requirements for product certifications, moisture content specifications, hardware standards, and the proper treatment of both pressure and non-pressure treated wood. Additionally, it emphasizes adherence to sustainability and environmental standards. This document serves as guidance for contractors to maintain high-quality construction standards while being compliant with federal and state regulations, reflecting the government's commitment to responsible procurement and construction practices.
    The document outlines specifications for the repair and construction of laminate clad custom casework cabinets for the 137th SOW Oklahoma Air National Guard in Oklahoma City, scheduled for September 12, 2024. This comprehensive specification includes references to industry standards for materials such as wood, laminates, and adhesives, emphasizing quality assurance through adherence to North American Architectural Woodwork Standards (NAAWS) and sustainability measures that may contribute to LEED certification. The work involves meticulous detailing of cabinet materials, including specific grades of plywood, particleboard, and high-pressure decorative laminate (HPDL), as well as hardware requirements conforming to Builders Hardware Manufacturers Association (BHMA) standards. Additionally, it contains provisions for submittals, delivery, storage, installations, and quality control, highlighting the importance of approved shop drawings and certifications. Critical aspects include the emphasis on sustainable and durable designs, defined installation methods, and proper construction techniques to ensure premium quality. The document serves not only to guide contractors in maintaining compliance with government standards but also aims to ensure safety, durability, and aesthetic integrity in the cabinet installation processes for government facilities.
    The document outlines the specifications and requirements for the installation of aluminum doors and frames as part of a 100% repair project for Building 1040 at the 137th SOW Oklahoma Air National Guard in Oklahoma City, scheduled for September 12, 2024. It emphasizes adherence to various standards and performance criteria, including ASTM and NFRC guidelines, to ensure structural integrity and energy efficiency. Key topics include minimum antiterrorism performance, structural calculations, air infiltration and water penetration limits, and thermal transmittance requirements. The document details submittals such as shop drawings, product data, and certification of compliance as necessary for government approval. It also addresses installation procedures, handling protocols, and protective measures against dissimilar materials. A focus is placed on quality assurance and the necessity for testing and validation by certified engineers. This specification is crucial for contractors seeking to meet government requirements while ensuring safety and operational efficiency in military facility upgrades.
    The document outlines the specifications for the 100% repair of Building 1040 at the 137th SOW Oklahoma Air National Guard in Oklahoma City, scheduled for September 12, 2024. It details standards for aluminum-framed entrances and storefronts, referencing numerous industry publications and performance testing methods. Key requirements include pre-installation meetings, submittal procedures for product data, installation drawings, warranties, and quality control measures. The document highlights the necessity for suitable installation practices, including the use of recycled materials, specified thermal resistance, and requirements for water and air penetration resistance. It mandates comprehensive testing for air infiltration, wind loads, and thermal transmittance, ensuring that the installation is watertight and structurally sound. The warranty terms provided ensure material integrity and performance for a minimum period of two years, with additional long-term warranties for certain components. Overall, the document reinforces the importance of compliance with established construction standards and sustainability practices, reflecting the rigorous requirements typical of government Request for Proposals (RFPs) in federal projects. It serves as a guide for compliance in material selection, installation, and quality assurance to meet government oversight and funding conditions.
    The document outlines the specifications for the repair of Building 1040 at the 137th Special Operations Wing in Oklahoma City, Oklahoma, focusing specifically on door hardware. It references a variety of standards and codes including ANSI/BHMA, National Fire Protection Association (NFPA), and the Americans with Disabilities Act (ADA), ensuring that the hardware complies with industry regulations. The document details the requirements for submittals, shop drawings, and installation procedures, as well as specifying the types of hardware to be used, such as hinges, locks, exit devices, and electric strikes. Key points emphasize the importance of using compatible hardware with existing security systems, ensuring quality control and compliance with safety codes. The hardware schedule outlines the specific types, quantities, and characteristics of hardware needed for various doors, including those with stringent security needs, such as high-security locks and access control systems. In summary, this document serves as a comprehensive guide for contractors to ensure that all door hardware installations meet federal standards and security protocols, emphasizing the protection and accessibility of the building during the repair process.
    The document outlines the specifications for the installation and repair of glazing systems in Building 1040 at the Oklahoma City Air National Guard base. It references various industry standards, including ANSI, ASTM, and NFPA, ensuring compliance with safety and performance benchmarks. Key details include requirements for types of glass, insulation performance, product submittals for approval, and installation procedures aimed at achieving watertight and airtight systems that resist thermal and wind loads. Quality control measures, environmental considerations for installation conditions, and a ten-year warranty on insulating glass units are also specified. The installation must adhere strictly to guidelines outlined in referenced glazing manuals and manufacturers' instructions, focusing on safety and efficiency. This document serves as a critical component of federal contracting, ensuring that proposed projects meet rigorous standards before approval and funding allocation, aligning with federal and state RFP requirements.
    The file outlines specifications for the repair of Building 1040 at the 137th SOW, Oklahoma Air National Guard. It emphasizes compliance with various standards for toilet compartment installations including materials, components, and construction methods. Key regulations include references to aluminum finishes (AA DAF45), acceptable fabrications (ASTM standards), and accessibility requirements (ICC A117.1) under the Americans with Disabilities Act. The document mandates the use of high-density polyethylene for panels, water-resistant properties, and specific anchoring devices that conform to established ASTM criteria. It also details hardware and fixtures for the toilet partition system, requiring samples for approval and adherence to fire and indoor air quality regulations. Additionally, the installation instructions stress proper measurements and final adjustments to ensure functionality and visual consistency. The overarching purpose is to ensure the construction materials and methods meet government standards, ensuring durability, safety, and accessibility within the facility. This guide aligns with federal grant and RFP objectives, focusing on compliance and quality in public sector construction ventures.
    The document outlines the specifications for locker installation at the 137th Special Operations Wing (SOW), Oklahoma Air National Guard, focusing on the repair of Building 1040 in Oklahoma City, scheduled for completion by September 12, 2024. It emphasizes compliance with U.S. General Services Administration (GSA) standards and the Americans with Disabilities Act (ADA). Key requirements include submissions for shop drawings, product data, and samples for government approval. The lockers must be fully welded steel units, including specific cell phone lockers designed to house 30 compartments, constructed from robust aluminum with powder coat finishes. Additionally, it covers delivery, installation, and quality control, with stringent testing protocols to ensure that components meet GSA standards. Any damaged items must be repaired or replaced to maintain integrity. The document serves as a guidance framework in ensuring that the installation aligns with federal requirements for facility improvements, accessibility, and durability.
    The document focuses on the specifications for the installation of cell phone lockers at Building 1040 for the 137th Special Operations Wing in Oklahoma City, OK. It outlines the submission requirements, quality assurance protocols, and warranty conditions for the lockers. The lockers must be constructed of heavy-duty aluminum with a durable powder-coated finish. Two types of units are specified: recessed and surface-mounted, with distinct dimensions, combination lock features, and a card holder design. The installation process requires proper substrate preparation and protection of the lockers until project completion. The document emphasizes adherence to manufacturer's instructions and ensures that products are stored and handled appropriately to maintain their condition. Overall, this specification reflects government standards for facility upgrades, focusing on durability, security, and compliance with industry regulations.
    The document details the specifications for the installation of a wet pipe sprinkler system for the 100% Repair of Building 1040 at the 137th SOW Oklahoma Air National Guard. It outlines compliance requirements with various standards including those from the National Fire Protection Association (NFPA) and American Society of Mechanical Engineers (ASME). Key components include the hydraulic design, sprinkler coverage, and qualifications for the overseeing Qualified Fire Protection Engineer (QFPE). The document stresses the importance of accurate hydraulic calculations based on specific flow tests, uniform sprinkler spacing, and documentation of each step in the installation process, accompanied by necessary submittals for government approval. It requires detailed installation protocols for underground and aboveground piping, mandates quality assurances, and outlines rigorous acceptance testing procedures to ensure operability and code compliance. The project signifies the government’s emphasis on stringent safety and operational standards in fire protection infrastructure.
    The document outlines specifications for power system studies related to the 100% repair of Building 1040 at the 137th Special Operations Wing in Oklahoma City, set for September 12, 2024. It references critical IEEE and NFPA guidelines for conducting arc-flash hazard calculations, load-flow studies, short-circuit studies, and safety practices. The study scope includes examining the existing and new 480/277V and 208/120V distribution systems. Key requirements include submissions for preconstruction plans, test reports, and closeout documentation, necessitating government approval. A registered professional electrical engineer, qualified in power systems, must perform the studies. Detailed procedures for field examinations, safety protocols, labeling, and documentation are specified for compliance and safety assurance. The studies aim to validate the power systems' fault current ratings and protection coordination, while arc flash hazard assessments are to be performed according to IEEE guidelines. The overall expectation is to ensure safe system operation, proper labeling of electrical equipment, and documentation for future government use, reflecting a commitment to safety and compliance inherent in government RFP processes.
    The document outlines specifications for various types of interior partitions in a construction project, focusing on fire resistance, sound attenuation, and security standards as required by government regulations. Key points include the use of 5/8" Type 'X' gypsum board, specific materials for wet areas (like Glas-Mat backed board), and guidelines for sound attenuation batts. Continuous deflection tracks and upper horizontal spacers must be installed in all interior partitions. The document presents a system for identifying and marking fire-rated walls, ensuring they are effectively managed to prevent openings or penetrations without proper protection. Different partition types are designated for their applications, including non-rated, rated, and security-focused constructions, with a clear delineation based on fire safety and acoustical requirements. The importance of coordinating with the facility's accrediting officer during construction and adhering to comprehensive safety measures illustrates the commitment to regulatory compliance and performance standards within government contracts. Overall, this document serves as a guideline for contractors involved in government-funded building projects, ensuring high standards of quality and safety are met throughout the construction process.
    The document is an addendum to the contract documents for the renovation of Building 1040 at the Oklahoma Air National Guard 137th, designated under Project Number 2020-484-00. Issued on February 17, 2025, it amends the original bidding documents dated September 12, 2024, and includes a comprehensive list of revisions, replacements, and removals in various specification sections and drawing sheets. The addendum comprises 152 pages along with specific specifications and drawings detailing changes across multiple architectural components, such as finish carpentry, aluminum doors, glazing, and more. Key modifications include revised timing, terminology updates, and the elimination of certain sections altogether. A Bidder Questions Log is also included, offering clarifications for bidders, emphasizing the importance of acknowledging receipt of the addendum to avoid disqualification. This document is crucial for contractors participating in the bidding process, ensuring they comply with the latest specifications and understand the revisions made within the project scope. Overall, it signifies progress in facilitating the renovation while adhering to the project's approved guidelines and adjustments to optimize the design and functionality of the facility.
    The document outlines a floor plan and specifications for a project titled "Repair/Convert Squad Ops" located in Oklahoma City, designated for the National Guard Bureau Joint Venture (NGBJV) and Oklahoma Air National Guard (OK ANG). It includes detailed architectural drawings, dimensions, and materials necessary for construction, renovation, and conversion of several spaces. Key features include new wall constructions, access adjustments, installation of fire suppression systems, and materials that meet specific criteria including abuse-resistant drywall and secured perimeters in sensitive areas. The project emphasizes coordination among various trades to ensure compliance with building codes and safety standards. The included notes highlight condition verification, environmental requirements, and maintaining the integrity of existing structures while upgrading facilities. Overall, this document serves as a critical reference for contractors to understand project expectations, guidelines, and specifications in alignment with government contract requirements.
    The document outlines the scope and specifications for a repair and conversion project for the Squad Operations facility in Oklahoma City, commissioned by the NGBJV/OK ANG. The primary focus is on the design and construction of various interior spaces including open offices, utility sinks, and multi-use areas, with detailed measurements and materials specified for the partitions and finishes. Key requirements include the installation of abuse-resistant and glass-mat backed gypsum board in critical areas, the introduction of fire suppression systems, and compliance with access control measures to ensure secure boundaries in designated spaces. The structural layout and construction notes emphasize the necessity for dry wall control joints, proper insulation, and the reintegration of existing elements into the new design. Additionally, the project stresses the importance of contractor verification of all existing conditions prior to construction to address any potential issues. This document serves as a foundational element for prospective vendors to understand the project requirements and prepare comprehensive responses to the associated RFP. The finishing details and timeline establish a framework for coordinated efforts to meet federal and state standards while supporting operational efficiency in military squad operations.
    The document outlines the plans for repair and conversion of squad operations at the Oklahoma City National Guard facility. The project encompasses mechanical, electrical, and fire suppression system updates, requiring contractors to ensure coordination of various trades and verify compatibility with existing structures. Contractors must inspect existing conditions, including the removal and replacement of ceiling elements and office layouts, while accommodating fire safety requirements. General construction notes emphasize the structural integrity of new panels while providing guidelines for electrical systems and ceiling heights. The goal is to modernize operations within a defined space, enhancing functionality and compliance with safety regulations throughout the renovation process. This project is part of a broader initiative aligning with federal RFP requirements for infrastructure improvements within government facilities.
    The document outlines the renovation plans for a government facility in Oklahoma City, focusing on the replacement and upgrade of lighting fixtures, storefront frames, and other structural elements. Key components include replacing existing light fixtures over the entry and under the soffits, introducing new aluminum storefronts and doors, and maintaining the integrity of existing materials such as face brick and metal coping. Elevation drawings provide detailed views of the building from four directions, indicating specific alterations and enhancements needed to meet current standards. The project, designated under the Repair/Convert Squad Ops initiative, underscores ongoing efforts to upgrade government infrastructure while ensuring compliance with safety and aesthetic specifications. It highlights a structured approach to assess existing conditions and implement necessary changes, contributing to improved functionality and service delivery in the facility.
    This document outlines the architectural and construction specifications for a renovation project aimed at improving squad operations at the Oklahoma City National Guard Armory. The plans indicate detailed dimensions, materials, and installation requirements for restroom facilities, including unisex bathrooms and ADA-compliant features like grab bars and accessible fixtures. It emphasizes the importance of precise construction due to the potential for discrepancies between design and field conditions, mandating contractors to verify all measurements. Key notes address specific item installations, such as government-furnished items and contractor-installed accessories, while also outlining the necessity for aesthetic considerations, such as the use of anodized aluminum trim for tile edges. This document serves as a technical guide for contractors, ensuring compliance with established design principles, accessibility standards, and safety regulations. Overall, the purpose is to ensure an effective and cohesive renovation that caters to operational needs while adhering to federal guidelines.
    The document outlines design specifications for the renovation of restroom and breakroom facilities at an Oklahoma City military site (Project No. 2020-484-00). It includes detailed architectural plans, interior materials, dimensions, and notes for construction. Key components such as drywall installation, control joints, boundary security, and outlet placements are emphasized. The contractor is directed to verify all dimensions and coordinate installation of specified fixtures, including toilet accessories and furniture. The notes clarify responsibilities regarding government-furnished items versus contractor-installed elements. Special attention is given to the compliance with ADA standards for fixtures and space utilization. Overall, the document serves as a crucial instruction set for contractors to ensure quality and adherence to design objectives, thus highlighting the importance of meticulous planning in governmental renovations funded through RFPs.
    The document outlines construction specifications for a federal project related to the interior design and finishing of a facility, specifically for the Oklahoma City National Guard Bureau squad operations conversion. Key instructions emphasize the need for precise measurements, responsibility for discrepancies by the contractor, and detailed requirements regarding materials, finishes, and installations. Notably, the plans include specifications for ADA-compliant fixtures, bathroom accessories for contractor installation, and guidelines for the fitting of acoustical wall panels and TV mounts. The contractor is responsible for field verification and must coordinate with the government on the placement of provided fixtures. The structured reference to various sheets and keynotes aids in clarity, outlining essential components like sanitary fixtures, cabinetry, and wall treatments. The comprehensive guide reflects regulatory adherence and the need for detailed execution of interior improvements to support the operational functionality of the facility.
    The document details construction specifications and requirements for the repair and conversion of the Squad Operations building in Oklahoma City for the National Guard Bureau. It emphasizes the installation of soundproofing features, including STC-55 rated doors, frames, and partition walls, to ensure acoustic separation between controlled and uncontrolled spaces. Measures include the use of controlled sealants, sound-deadening grout, and specified wall assemblies. The construction plan outlines essential details concerning door installation, wall replacements, and structural reinforcements with specified materials and installation techniques. It also references the need for compliance with local building codes and the existing structural conditions. The project is part of federal initiatives aimed at enhancing military operational facilities while adhering to safety and technical standards.
    The document outlines a Room Finish Schedule for a project at the National Guard Bureau Joint Venture in Oklahoma City. It details the specifications for various interior finishes and fixtures across multiple rooms, including flooring, wall finishes, and ceiling finishes. Key elements include the use of specific materials like modular carpet tiles, porcelain tiles, and acoustical wall panels, all intended to enhance durability and functionality in the workspace. Guidelines specify quality standards and a process for approving variations and substitutions while maintaining compatibility with design elements. Sustainability requirements are emphasized, along with detailed installation instructions for certain finishes, such as tiling and painting. The document is structured into abbreviations, general notes, and a comprehensive table of room-specific finishes, facilitating clear communication of expectations for contractors. This summary showcases the meticulous planning and adherence to standards befitting government projects aimed at creating efficient, safe, and aesthetically pleasing environments.
    The document outlines detailed specifications for the door schedule and interior door types for a construction project in Oklahoma City, associated with the National Guard Bureau and the Oklahoma Air National Guard. It includes specifications on various door materials (steel, wood, aluminum), dimensions, fire ratings, and sound transmission class (STC) ratings, alongside compliance notes such as high-performance glazing options and accessibility features. Each door is identified by a unique mark and is accompanied by information on its type, height, width, thickness, and other relevant details. The document prioritizes safety with noted fire resistance requirements, requiring existing doors to be verified for compliance with minimum standards. Furthermore, the document emphasizes the need for doors to be relocated or replaced based on their condition during the renovation process. Overall, it provides a comprehensive framework for ensuring that the project's design meets both functional and regulatory standards for safety and building codes.
    The document outlines the specifications and requirements for the installation of an aluminum storefront system at the Oklahoma City National Guard base. Key components include detailed measurements for aluminum frames and glass, noting the necessity for contractors to verify existing frame sizes and conditions before installation. Any deficiencies must be promptly reported to the base contact officer or project architect. The specifications also reference insulation glass requirements and window film placements outlined in the architectural drawings. This project, tracked under specific documentation numbers, emphasizes the importance of accurate installation practices while ensuring compliance with existing structural conditions. It reflects the government's commitment to upgrading facilities through strategic planning and collaboration with contractors.
    The Oklahoma Air National Guard's 137th Special Operations Wing is seeking contractors for the Repair and Conversion of Building 1040, situated at Will Rogers Air National Guard Base, Oklahoma City. The project aims to update and repair various structures, focusing on replacing all exterior windows and frames, along with specified optional line items. The document outlines that while comprehensive design intent and project scope have been established, contractors hold the sole responsibility for the means and methods of construction. Key responsibilities include full coordination of all selected materials, products, and equipment, ensuring compliance with both project requirements and applicable building codes. The documentation provides a detailed list of components required for the construction, emphasizing adherence to strict guidelines including fire protection, plumbing, mechanical, electrical, and telecommunications systems. Additional sections cover occupancy classifications, life safety measures, and special inspections required throughout the project phases, ensuring that safety standards are rigorously met. This RFP aligns with federal guidelines for construction projects, showcasing the commitment of the Oklahoma ANG to maintaining and enhancing its vital operational infrastructure.
    The document outlines the specifications for the repair and conversion of Building 1040 at Will Rogers Air National Guard Base, focusing on communication, squad operations, and the intelligence squadron for the Oklahoma Air National Guard (OK ANG). The project involves substantial interior demolition, mechanical redesign, restroom remodels, implementation of a fire suppression system, and minor exterior improvements. The scope of work includes extensive compliance with governmental safety and quality requirements, with structured plans for submittals, contractor access, and project management outlined. Key administrative requirements involve submitting detailed schedules, budgetary control, and proper management of construction logistics to minimize disruptions. The Contractor is expected to maintain security during operations within the occupied building and ensure efficient coordination with the Government. The document serves as a crucial guide for contractors participating in this federal project, emphasizing adherence to specifications, safety regulations, and schedule management. Ultimately, the project aims to enhance operational capabilities while meeting all regulatory requirements at the military installation.
    The file outlines the specifications for a project to repair and convert Building 1040 for the Oklahoma Air National Guard's 137th Squadron, detailing the construction's full scope and necessary compliance standards. It includes sections on overall project management requirements, existing site conditions, and technical specifications across various divisions including civil, structural, mechanical, and electrical aspects. The document emphasizes the need for adherence to national fire protection standards, particularly regarding the installation of wet pipe sprinkler systems. Essentially, it mandates qualifications for engineers and contractors involved, requires stringent safety inspections, and outlines procedures for material handling and waste management. This comprehensive approach underscores the government's commitment to safe, regulated, and efficient upgrades of its facilities, thus ensuring operational readiness and personnel safety at the air base.
    This document from the Department of the Air Force outlines a comprehensive checklist for bidders responding to invitations for bids (IFBs) under the jurisdiction of the 137th Special Operations Wing. Its purpose is to ensure that all aspects of the bid submission process are effectively addressed, minimizing irregularities encountered in prior bids. Key items include the need to acknowledge amendments, ensure completeness in pricing, verify bonding requirements, and include necessary supporting documents such as representations and certifications. Bidders must confirm that all calculations are accurate, the latest bid schedule is used, and that the bid form is appropriately signed by an authorized individual. Additionally, compliance with requirements regarding bid bonds, subcontractor listings, and explicit literature submissions is emphasized. The document also specifies that only sealed bids will be accepted and establishes clear regulations regarding late submissions and the eligibility of contractors on exclusion lists. By following the checklist, bidders can enhance the responsiveness of their proposals and align with federal contracting expectations, thereby facilitating a smoother bid review process for government procurement projects.
    The file details the renovation of Building 1040, encompassing a series of inquiries and responses regarding architectural, mechanical, electrical, and plumbing specifications. Key topics addressed include the installation of fire protection systems, clarification of secure areas, door hardware requirements, and the specifics of telecommunications installations. Notably, discrepancies between drawings and specifications are highlighted, such as the number of doors requiring access control and window specifications. Responses clarify that certain rooms do not fall under secure boundaries, and specific system requirements, such as valve placement outside secure areas, are confirmed. Further, it addresses the need for structural assessments of storefront systems and confirmation of framing standards. Various queries regarding materials, including those for millwork, windows, and signage, emphasize compliance with established specifications and performance standards. The document's main purpose is to facilitate the renovation project by clarifying technical requirements and resolving ambiguities to ensure compliance with federal and state regulations. The iterative question-and-answer format reflects the collaborative nature of government contracts, ensuring that all stakeholders are aligned on project expectations and deliverables. This deliberate approach supports thorough oversight and adherence to safety and operational standards throughout the renovation process.
    This government contracting notice pertains to a pre-proposal site visit for the renovation of BLDG 1040 under the contract W50S8T25BA011, scheduled for January 30, 2025. The contract encompasses all necessary labor, materials, and equipment, with a construction budget between $5,000,000 and $10,000,000, exclusively set aside for small businesses. The North American Industry Classification System (NAICS) code for the project is 236220, and the size standard for small businesses is $45,000,000. Funding is not currently available; however, it is anticipated that funds will become available by September 30, 2025. Bids are due by February 27, 2025, and must comply with the specified bid bond, performance bond, and payment bond requirements. Technical and pricing evaluations will determine the award, focusing on the lowest price that adheres to government standards. Requests for information (RFIs) are encouraged and must be submitted in writing by February 9, 2025. All inquiries and responses regarding the project will be posted on SAM.gov under the relevant solicitation. The document outlines essential procedural details for prospective contractors, ensuring a fair and thorough bidding process.
    The document outlines the electrical interior lighting plan for the Repair/Convert Squad Operations project at the Oklahoma City National Guard Base, under the project number 2020-484-00. Key specifications include no lighting work in designated areas, connection of existing light fixtures to the nearest circuits, and the installation of dimmable controls with occupancy sensors. The plan specifies controlled lighting zones for various classifications and details the requirements for exit and emergency lighting circuits. Additionally, important notes include the need for labeled switch controls for specific types of light fixtures and the integration of photocells for exterior lighting management. This project aims to modernize existing facilities while ensuring adherence to safety and operational standards, indicative of the government's commitment to effective infrastructure upgrades at military installations.
    The document is a fire alarm and mass notification riser diagram for the Repair/Convert Squad Ops project in Oklahoma City, under the National Guard Bureau and Oklahoma Air National Guard. It details the installation and interconnection of various life safety systems, including audio and data communication via fiber optics to connect the main Fire Alarm Control Unit (FACU) with remote units. Key components included are waterflow speakers, signage, and notification devices across multiple zones equipped with sprinklers. The schematic emphasizes adherence to grounding and conduit specifications to ensure safety and reliability. Additional features include emergency power generators and notification systems designed to alert firefighters and manage smoke exhaust operations. The document serves as a technical guide for contractors participating in federal and state RFP processes to understand the requirements for accurate and compliant installation of fire alarm systems.
    The document outlines specifications for flooring finishes in a federal project, detailing various flooring types and installation requirements for a facility located in Oklahoma City. Key flooring options include different types of carpet tiles, electrostatic dissipative flooring, and porcelain tiles. General notes emphasize compliance with fire safety standards and aesthetic integration, mandating that all new installations maintain a Class A flame spread rating and provide smooth transitions between flooring types. The contractor is responsible for leveling floors, repairing damaged areas, and ensuring that all materials align aesthetically and structurally with existing surfaces. Detailed guidelines for installation processes emphasize starting installations with full tiles to ensure symmetry and adherence to specified dimensions, while protecting existing structures from damage during construction. The document serves as an important guideline for contractors to follow in order to meet the project's specifications, maintaining safety and design integrity. Overall, it reflects the structured planning inherent in government Requests for Proposals (RFPs) for interior renovations, focusing heavily on regulatory compliance, quality assurance, and contractor responsibility.
    The document outlines the specifications for flooring installation and renovations at a military facility, specifically focusing on the detailed types of flooring materials and installation guidelines. It includes various types of flooring such as carpet tiles, porcelain tiles, and electrostatic dissipative tiles, along with their specific dimensions and installation notes. Key installation requirements emphasize maintaining safety standards, ensuring smooth transitions between flooring types, and achieving aesthetic alignment with existing structures. Significant attention is given to the contractor’s responsibilities for repairs, damage prevention, and compliance with specified quality standards, including the use of Class A flame spread rated materials. The project is part of a broader initiative to rehabilitate and modernize facilities for the Oklahoma National Guard, ensuring adherence to federal standards. Overall, the document serves as a critical guideline for contractors bidding on the project, aiming at effective implementation of the flooring systems while aligning with regulatory requirements and design expectations.
    The solicitation document pertains to a construction project designated as "Renovate Building 1040" at the Will Rogers Air National Guard Base in Oklahoma City. The project aims to upgrade the interior layout and facilities to enhance Squadron Operations, Command Post, Intelligence support, and other administrative functions. It explicitly sets aside the project for small businesses, with a specified NAICS code of 236220 and a size standard of $45 million. The total project cost is estimated between $5 million and $10 million, with a performance period of 90 calendar days after notice to proceed. Prospective bidders are urged to attend a pre-bid conference on January 30, 2025, to discuss requirements and access the site. Specific instructions for bid submission, conditions of the contract, and applicable federal clauses, including wage determinations, are outlined. The contractor must ensure compliance with all local, state, and federal regulations. The award will be considered based on the most advantageous bid to the government, prioritizing price and conforming to solicitation terms. The document encapsulates essential bidding procedures and requirements, emphasizing the commitment to involving small businesses in government contract opportunities.
    This document details an amendment to a solicitation regarding the renovation of Building 1040 at the 137th SOW Will Rogers Air National Guard Base in Oklahoma. The amendment extends the bid due date from February 27, 2025, to March 6, 2025, and provides responses to received RFIs. It also incorporates an addendum with updated project documents. The project aims to accommodate squadron operations and enhance the interior layout, including upgrades to finishes and compliance with ICS 705-1 requirements. Instructions for potential bidders include information on a pre-bid conference scheduled for January 30, 2025, requiring registration for security purposes. Queries must be submitted via email before the designated RFI deadline. Bidders are reminded of responsibility in ensuring the acknowledgment of amendments and the importance of following access procedures for the military installation. The amendment underscores the Government's commitment to engaging small businesses for this project and defines requirements related to construction wage rates and bid preparedness. All terms outside the amendment remain unchanged, ensuring the solicitation's core terms continue to apply. This document illustrates the structured process involved in federal contracting, particularly for renovations involving military facilities.
    The document outlines the comprehensive plan for the B-3 100% Repair of Building 1040 by the 137th Special Operations Wing of the Oklahoma Air National Guard in Oklahoma City, scheduled for September 12, 2024. It serves as a formal request for proposals (RFP) and includes detailed project specifications within multiple divisions, covering general requirements, existing conditions, construction materials, specialized systems, and environmental controls. The planned work encompasses structural repairs, HVAC installation, electrical systems, fire suppression, and telecommunications improvements, with strict adherence to safety and quality controls. The document details procedures for coordination among contractors, timelines, and compliance with governmental regulations, including matters related to hazardous materials like asbestos and lead. This endeavor signifies the government's commitment to maintaining operational integrity and safety standards in military facilities, ensuring a functional environment for personnel.
    Similar Opportunities
    Epoxy Floors Building 1048
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the installation of epoxy floors in Building 1048 at the Will Rogers Air National Guard Base in Oklahoma City, Oklahoma. The project requires a firm fixed-price contract, with the selected contractor expected to complete the work within 120 calendar days after receiving the notice to proceed, following a pre-bid conference scheduled for February 25, 2025. This procurement is crucial for maintaining operational readiness and safety standards, as the epoxy flooring must withstand significant wear from heavy vehicles and chemicals, adhering to specific quality and safety regulations. Interested small businesses must submit their bids by March 18, 2025, and can direct inquiries to SMSgt Kyle Thomas at kyle.thomas.24@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001
    Buyer not available
    The Department of Defense, specifically the Air Force Materiel Command, is soliciting proposals for the repair of ductwork at Tinker Air Force Base in Oklahoma under the project title "TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001." The project involves replacing corroded ductwork to enhance HVAC efficiency, requiring contractors to provide all necessary materials, labor, and equipment while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining operational efficiency and compliance with federal standards at military facilities. Interested contractors, particularly small businesses, must submit their proposals, including performance and payment bonds, by the specified deadline, and can direct inquiries to Stephen Palmer at stephen.palmer@us.af.mil or De'Vonn Lyons at devonn.lyons@us.af.mil for further information.
    Renovation of Bldg 309 for Operations and Training
    Buyer not available
    The Department of Defense, specifically the West Virginia National Guard, is seeking bids from small businesses for the renovation of Building 309 located in Martinsburg, West Virginia. This project involves approximately 29,109 square feet of renovations aimed at relocating headquarters functions, which includes upgrading critical systems such as electrical, HVAC, and fire protection, as well as creating secure briefing spaces that comply with ICD 705 requirements. The contract is expected to last 550 days following the Notice to Proceed, with an estimated budget between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM) and adhere to submission deadlines, with the solicitation anticipated to be issued around March 6, 2025, a pre-bid conference on May 6, and bid opening on June 3. For further inquiries, contractors can contact Christopher P. Broschart at christopher.broschart@us.af.mil or Ryan E. Belfield at ryan.belfield@us.af.mil.
    Air National Guard (ANG) Fiscal Year 2025 Planned Construction and Design Projects
    Buyer not available
    The Department of Defense, through the Air National Guard (ANG), is announcing planned construction and design projects for Fiscal Year 2025, inviting interest from architect-engineer and construction vendors. This opportunity encompasses a range of infrastructure projects aimed at enhancing energy efficiency, repairing existing facilities, and constructing new installations across various ANG bases, including upgrades to HVAC systems, lighting, and safety measures. The initiative reflects the government's commitment to maintaining and modernizing critical military infrastructure to ensure operational effectiveness and sustainability. For further inquiries, interested parties can contact Amanda Bogue at amanda.m.bogue.civ@army.mil or Michael Dixon at michael.d.dixon82.civ@army.mil.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project aims to establish a 30,300 square-foot facility designed for vehicle maintenance and aircraft support, with a budget estimated between $10 million and $25 million. The construction is critical for enhancing military maintenance capabilities and ensuring compliance with federal safety and operational standards. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. This Design-Bid-Build project encompasses the construction of a hangar approximately 156,585 square feet in size, along with associated infrastructure improvements, including mooring points and re-striping of areas. The project is vital for enhancing military readiness and operational capabilities, accommodating maintenance operations for the KC-46A aircraft while adhering to strict environmental and safety standards. Interested contractors should note that the estimated project cost ranges from $100 million to $250 million, with proposals due by March 25, 2025. For further inquiries, contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.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.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.
    Renovate Bldg. 59D -Robins AFB, GA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Savannah District, is seeking potential contractors for the renovation of Building 59D and the upgrade of the fire control system in Building 62 at Robins Air Force Base, Georgia. The project entails significant renovations, including repairs to roofs, electrical systems, and the installation of a new fire system, with an estimated construction cost ranging from $25 million to $100 million and a performance period of approximately 540 calendar days following the notice to proceed. This opportunity is classified under NAICS code 236220, which pertains to commercial and institutional building construction, and may be reserved for small businesses based on market responses. Interested firms are invited to submit their capability statements by February 28, 2025, and should direct inquiries to Gregory Graham or Alicia Scott at the provided contact information.