Construct Corrosion Control Facility
ID: W50S78-24-B-0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N2 USPFO ACTIVITY TXANG 149LACKLAND AFB, TX, 78236-0123, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Department of Defense, specifically the Texas Air National Guard, is seeking bids for the construction of a 12,200 square foot Corrosion Control Facility at Joint Base San Antonio, Texas. The project aims to provide comprehensive non-personal construction services, including labor, materials, and supervision, to create a facility that meets military standards for aircraft maintenance and corrosion treatment. This facility is crucial for enhancing the operational efficiency of military aircraft while adhering to federal, state, and local codes, with a project budget estimated between $10 million and $25 million. Interested small businesses must submit their bids by September 13, 2024, and can direct inquiries to Mark A. Green at mark.green.23@us.af.mil or Amanda Bogue at amanda.m.bogue.civ@army.mil.

    Files
    Title
    Posted
    This Addendum No. 01, dated August 21, 2024, modifies the original contract documents for the KELL169014 Corrosion Control Facility project at JBSA Lackland, San Antonio, TX, primarily revising Specification Section 08 71 00 on door hardware. Key updates include the removal of a specific lockset system and changes to the number of tumblers required, along with detailed hardware installation, product specifications, and keying system requirements. All bidders must acknowledge receipt of this addendum on their bid forms to avoid disqualification.
    Addendum No. 02, dated August 29, 2024, modifies the contract documents for the KELL169014 project regarding the construction of a Corrosion Control Facility at JBSA Lackland, San Antonio, TX. Key updates include the revision of the Horizontal Rolling Steel Doors specification to switch from floating group to anchored group doors and adjustments to the Glazing Schedule (Sheet A-603). Bidders are required to acknowledge receipt of this addendum to maintain eligibility.
    The document outlines the construction plans for a Corrosion Control Facility at Kelly Field Annex, Joint Base San Antonio, Texas, including detailed bid options for structural components and various design specifications such as materials, dimensions, and compliance with safety codes. It includes a comprehensive sheet index, engineering notes on structural supports, drainage systems, plumbing details, and utility planning essential for the facility's development. The project is managed by the Texas Air National Guard with specific references to architectural and engineering standards guiding the construction process.
    The document details an extensive overview of mechanical, plumbing, fire protection, and electrical systems for the Texas Air National Guard's Corrosion Control Facility at JBSA-Kelly Annex, TX (Project Number: KELL 169014). Specific components include various piping plans, HVAC systems, plumbing specifics, and control system operations as well as equipment schedules for airflow, valves, pumps, and ductwork. Additionally, the document outlines safety measures, control sequences, and maintenance protocols required for the facility's operational efficiency and compliance with applicable standards.
    The document outlines the construction details for a Corrosion Control Facility at the Kelly Field Annex, JBSA, San Antonio, Texas, which includes various bid options, design specifications, sheets with an extensive index, and compliance with safety codes. It details the architectural, structural, mechanical, and electrical elements of the facility, which covers aspects such as utility plans, plumbing fixtures, flooring options, and code compliance directives. Additionally, there are standard installation notes and guidelines for materials to ensure adherence to building codes and regulations.
    The memorandum outlines the justification for a sole source acquisition for fire alarm control panels from Monaco Enterprises, Inc. for the construction of a Corrosion Control Facility at Joint Base San Antonio, citing the unique proprietary nature of their system and its existing integration with base standards. Market research indicates that no alternative suppliers can meet the specific requirements due to the exclusive nature of the technology and licensing. The contracting officer certifies that this approach is in the government's best interest, with intentions to explore competition in future acquisitions.
    Rock Engineering & Testing Laboratory, Inc. conducted a geotechnical evaluation for the proposed Aircraft Corrosion Control Facility at JBSA Lackland - Kelly Field Annex, San Antonio, Texas, detailing subsurface exploration and providing foundation and pavement recommendations. Key findings indicate the presence of expansive clay soils, with a potential vertical rise (PVR) of approximately 3.5 inches, necessitating specific foundation designs to mitigate movement. The report also outlines construction considerations related to drainage, subgrade preparation, and recommended pavement design specifications for parking areas and driveways.
    The document outlines the submission specifications for a new Corrosion Control Facility project at Joint Base San Antonio, Kelly Annex, for the Texas Air National Guard. It details project requirements including the scope of work, location, safety adherence, and contractor access, as well as various types of required submittals such as shop drawings, operation manuals, and various testing reports. Additionally, it includes stipulations on scheduling, invoicing procedures, safety requirements, and specific conditions for project completion and inspection.
    The document outlines specifications for the construction of a Corrosion Control Facility at Joint Base San Antonio, Kelly Annex, Texas, under the NGB Contract W9133L16D0005. It covers a comprehensive set of general requirements across various divisions including civil, structural, mechanical, and electrical work. Key aspects include the installation of a wet pipe sprinkler system for fire protection, adhering to standards such as NFPA 13 and UFC 3-600-01. Hydraulic calculations for sprinkler system design must account for water supply tests and compliance with specified building codes. The project mandates qualifications for sprinkler system designers and installers, ensuring adherence to safety and installation standards. Detailed submittals for shop drawings, product data, and installation procedures are integral to the project process. The document emphasizes quality assurance and environmentally responsible practices, aiming for successful project completion with a focus on safety compliance. In summary, the project seeks to modernize fire protection systems while ensuring structural and operational integrity at the facility, necessitating adherence to rigorous engineering standards.
    This document outlines the schedule for finishes in a construction project, emphasizing that finish materials must be approved by the contractor's licensed architect and interior designer while meeting specified characteristics. It includes details on color boards, materials for both exterior and interior finishes, and specific color requirements for walls, floors, ceilings, and trim. Additionally, the document specifies procedures for submission and approval of color boards, ensuring cohesive design and quality standards throughout the project.
    The document outlines security agreements and requirements for contractors performing services on Air Force bases, emphasizing the necessity for proper security clearance, identification media (like the DoD Common Access Card), and maintenance of employee security information. Contractors must also appoint a security representative, comply with physical security protocols, and ensure training for personnel to safeguard classified information. The document further details obligations regarding investigations, reporting requirements, and adherence to relevant Defense and Air Force security policies.
    The document outlines plans for temporary gate access, necessary for a project at the Texas Air National Guard's Corrosion Control Facility, along with restoration requirements upon project completion. It includes details about existing utilities like water and gas services and specifies the need for temporary fencing and construction waivers. The project is noted to involve staging areas and various service modifications throughout the construction period.
    The memorandum outlines the justification for a sole source acquisition for the WebCTRL Building Automation System, necessary for the construction of the Corrosion Control Facility at Joint Base San Antonio. It asserts that the existing system is uniquely suitable due to its approved Authority to Operate and integration with current systems, thereby limiting competition. The contracting officer, Amanda M. Bogue, certifies the accuracy of this justification, emphasizing that proceeding with this sole source purchase aligns with government interests.
    This document outlines the justification and approval for procuring a Trane brand Heating, Ventilation, and Air Conditioning (HVAC) Chiller System for the Corrosion Control Facility at Joint Base San Antonio, citing statutory authority under 10 U.S.C. 2304(c)(1) and FAR 6.302-1. The justification emphasizes that using a single manufacturer will reduce training costs and improve operational efficiency, as the current infrastructure predominantly consists of Trane systems, necessitating a standard approach for maintenance and repair. Additionally, it discusses efforts to ensure competition and the anticipated fair pricing due to existing industry contracts and local supply availability.
    The Simplified Acquisition Procedures Determination Memorandum outlines the justification for a sole source procurement of Falcon brand door locks for a construction project at Joint Base San Antonio. It explains that only Falcon Locksets with Falcon Brand Cores can be used to maintain security and operational efficiency at the 149 Fighter Wing, due to the incompatibility of other products. The memorandum certifies that this sole source acquisition is in the government's best interest, pending available funds.
    The memorandum outlines the justification for a sole source acquisition of the WebCTRL Building Automation System for the construction of the Corrosion Control Facility at Joint Base San Antonio, emphasizing that only Automated Logic Corporation can fulfill the government's specific requirements. The existing system's compatibility and an approved Authority to Operate substantiate the claim of unique characteristics limiting availability. Market research confirmed the lack of alternative providers capable of meeting these requirements, and future acquisitions will involve additional research for potentially compatible systems.
    The Simplified Acquisition Procedures Determination Memorandum outlines the justification for a sole source acquisition of Falcon Locksets and Brand Cores for the construction of a Corrosion Control Facility at Joint Base San Antonio, emphasizing that only these products can meet the specific security and operational needs of the facility. The memorandum identifies limited suppliers nearby and highlights that using other brands would hinder emergency responses and increase logistical challenges. The memorandum concludes by certifying the necessity of this sole-source procurement and suggesting future market research for compatible alternatives.
    The memorandum outlines the justification for a sole-source acquisition of fire alarm control panels from Monaco Enterprises, Inc. for the construction of the Corrosion Control Facility at Joint Base San Antonio. It states that only Monaco provides the required Factory Mutual Certified equipment, as the current system is proprietary and limits options for alternatives. The document certifies that this sole-source purchase is in the government's best interest, while suggesting future market research for compatible systems.
    The attendance sheet from the pre-bid conference and site visit for the Corrosion Control Facility solicitation (W50S78-24-B-0002) held on August 20, 2024, lists attendees, their firms, positions, and email addresses. Key participants include contracting officers, project managers, and company directors from various entities involved in potential bidding for the contract. The document serves to track engagement and attendance for the procurement process.
    The W50S78-24-B-0002 project for the 149th Fighter Wing involves constructing a Corrosion Control Facility with an estimated cost between $10 - $25 million, solicited under Invitation for Bid procedures. Key requirements include a firm-fixed price contract, a performance period of 540 days, mandatory bid documentation, and compliance with prevailing wage determination and antiterrorism training for contractor employees. All questions must be submitted in writing through prime contractors to the government, with responses provided on SAM.gov.
    This Justification Review Document pertains to the procurement of a Trane Heating, Ventilation, and Air Conditioning (HVAC) chiller system for the Corrosion Control Facility at Joint Base San Antonio, citing unique qualifications and brand-name standardization under FAR Part 6. The Air Force justifies bypassing full and open competition based on reduced training costs, increased mission efficiency, and operational compatibility with existing systems, emphasizing that alternative brands would incur higher long-term costs and complications. The document outlines market research conducted and the anticipated fair and reasonable costs of the procurement, requesting approval for acquiring the specified systems on an exclusive basis.
    The Simplified Acquisition Procedures Determination Memorandum outlines the justification for a sole source acquisition of the Honeywell Vindicator Electronic System for the construction of a Corrosion Control Facility at Joint Base San Antonio. It emphasizes that only this system meets the government's unique requirements for an Intrusion Detection and Access Control System, noting the limited vendor options approved by the Air Force. The memorandum concludes with an assurance of completeness and accuracy by the contracting officer, indicating that this procurement strategy serves the government's best interests.
    This document is an amendment to solicitation W50S7824B0002, which modifies the requirements for a contract related to the construction of a Corrosion Control Facility at Lackland AFB. The amendment eliminates the mandatory use of Falcon brand door locks and instead includes an addendum detailing specifications for door locks from various manufacturers. It also outlines the instructions for bid submissions, including a pre-bid conference and the necessary documentation required for participation.
    This document is an amendment to a solicitation and modification of a contract for a project to construct a Corrosion Control Facility at Lackland AFB, Texas, with Amendment No. 0002 effective from August 29, 2024. It includes updates to bid delivery instructions, an attachment with a geotechnical report, and details about the pre-bid conference, bid submission procedures, and brand name specifications for required equipment. Contractors interested in bidding must register for a site visit, submit their bids by specified methods, and comply with wage determinations and other requirements outlined in the document.
    The document is an amendment (0003) to solicitation W50S7824B0002 for the construction of a Corrosion Control Facility at Lackland AFB, revising the bid opening date from September 10, 2024, to September 13, 2024, and incorporating Addendum 02 to the specifications. Key instructions for bidders are detailed, including the requirement for a site visit on August 20, 2024, and specific brand-name product specifications for the project. All terms and conditions of the solicitation remain unchanged unless explicitly modified in the amendment.
    The document outlines various Requests for Information (RFIs) related to project specifications, funding, bidding processes, and technical requirements, along with the government's responses. Key issues raised include requests for to-scale drawings, concerns about sole-source justification for locksets, and clarification on door types and finishes. The government confirmed that funding is not tied to fiscal year end, provided amendments for clarity, and advised on base access procedures for bid submissions.
    The document includes a series of Requests for Information (RFIs) from contractors regarding project specifications and requirements. Key issues addressed are the need for original, to-scale project drawings, clarification on project funding not being tied to the fiscal year, challenges related to the sole source justification for Falcon brand locks, and the clarification of color codes in project specifications. The government responses included re-uploaded drawings and clarifications on industry standards for locking systems and color specifications.
    The document outlines a sealed bid solicitation (W50S7824B0002) for the construction of a Corrosion Control Facility at Lackland Air Force Base, Texas, with a total project budget estimated between $10 million to $25 million. It requires bids from small businesses, emphasizing compliance with federal regulations, safety standards, and considerations for minority participation, among other stipulations. The contractor is expected to complete the work within 540 days and must adhere to strict proposal requirements, bond provisions, and performance expectations detailed throughout the extensive solicitation process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Construct Mission Training Center (MTC) Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Texas Air National Guard, is seeking bids for the construction of a 15,200 square foot F-16 Mission Training Center (MTC) facility at Joint Base San Antonio, Texas. The project requires a firm fixed-price contract for non-personal construction services, adhering to federal, state, and local codes, with a focus on utilizing local materials and construction techniques where feasible. This facility is crucial for enhancing military training capabilities and must comply with Department of Defense antiterrorism and force protection standards. The contract is set aside exclusively for small businesses, with a budget estimated between $10 million and $25 million, and a performance period of 540 days post-notice to proceed. Interested bidders must submit their proposals by 3:00 PM local time on September 16, 2024, and can direct inquiries to Mark A. Green at mark.green.23@us.af.mil or Kirk Swiantek at kirk.m.swiantek.civ@army.mil.
    VSFB Vehicle Corrosion Control Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Corrosion Control Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0038, requires contractors to provide comprehensive corrosion control and painting services for vehicles, trailers, and equipment, ensuring compliance with stringent quality and environmental standards. The contract is a total small business set-aside with an estimated value of $9 million, spanning a five-year period from December 1, 2024, to November 30, 2029. Interested parties must submit their proposals by October 4, 2024, at 8:00 AM PST, and can direct inquiries to Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    Repair Restrooms and Sustain Steel Structures
    Active
    Dept Of Defense
    The Department of Defense seeks a contractor to undertake an extensive renovation of restroom facilities and provide structural maintenance across the Berry Field Air National Guard Base in Nashville, Tennessee. This project, with a total value estimated between $250,000 and $500,000, is set aside exclusively for small businesses and carries a 180-day contract duration. The work involves substantial updates to multiple restroom areas, encompassing demolition, new installations, and anti-corrosion treatments, as well as essential maintenance and enhancements to steel structures across the base. The solicitation process is anticipated to commence around mid-August 2024, with a pre-bid conference and site visit planned shortly thereafter. Interested parties should ensure SAM.gov registration and attend the pre-bid events to gain a thorough understanding of the requirements. Key contacts for this opportunity are Gregory Allen and Jonathan Forren, with email addresses provided for written inquiries.
    PSXE222005 Repair Bldg 90100 for Blue Horizons
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the repair of Building 90100 at the Blue Horizons facility located at McGhee Tyson Air National Guard Base in Tennessee. The project, designated as PSXE222005, aims to enhance the building's infrastructure, focusing on information technology upgrades and compliance with federal, state, and local regulations. This initiative is critical for maintaining operational readiness and improving the facility's capabilities, with a construction budget estimated between $1 million and $5 million. Interested small businesses must submit their bids by September 17, 2024, at 1:00 PM EST, and can direct inquiries to primary contacts Kristen Phipps and Brian Morelock via email or phone.
    Static Display Aerospace Vehicles (SDAV) Restoration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the restoration and maintenance of Static Display Aerospace Vehicles (SDAVs) at Camp Bullis Training Ground for the 59th Medical Wing. The procurement involves comprehensive services including inspection, cleaning, painting, and component replacement for five SDAVs, ensuring they accurately reflect the history and heritage of the U.S. Air Force while preventing deterioration. This initiative is crucial for preserving historical artifacts and enhancing training simulations, thereby supporting the Air Force's commitment to honoring its legacy. Interested small businesses must submit their proposals by September 12, 2024, following a mandatory site visit on August 27, 2024, with inquiries directed to Joy Grubb at joy.grubb.1@us.af.mil or Andrew Ng at andrew.ng.4@us.af.mil.
    PSXE242001 Repair Interiors and Exteriors Basewide
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the project titled "PSXE242001 Repair Interiors and Exteriors Basewide" at the McGhee Tyson Air National Guard Base in Louisville, Tennessee. This procurement is focused on repairing and upgrading various facilities, including airfield components, with a budget estimated between $500,000 and $1,000,000, and is exclusively set aside for small businesses. The project is critical for maintaining operational readiness and compliance with military standards, emphasizing quality control and safety throughout the construction process. Interested contractors must register for a pre-bid conference on August 30, 2024, with bid submissions due by September 12, 2024; for further inquiries, they can contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil.
    PSXE 242030 Repair Joint Seals & Water Tank
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the PSXE 242030 project, which involves the repair of joint seals and a water tank at the 134th Air Refueling Wing located at McGhee Tyson Air National Guard Base in Louisville, Tennessee. The project requires contractors to provide labor, materials, and equipment necessary for the repairs, with a focus on maintaining Air Force infrastructure and supporting operational capabilities. This initiative is part of the government's commitment to enhancing military facilities and is set aside exclusively for small businesses, with an estimated project cost between $500,000 and $1,000,000. Interested bidders must submit their proposals by 10:00 AM (EST) on September 24, 2024, and can direct inquiries to primary contacts Kristen Phipps and Brian Morelock via the provided email addresses.
    JBSA-Lackland Carwash Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the upgrade of the carwash facility at Joint Base San Antonio (JBSA)-Lackland in Texas. The project involves disconnecting existing automatic carwash equipment and installing a manual wash system equipped with a soap brush and trigger wand, aimed at enhancing operational efficiency and serviceability. This upgrade is critical for maintaining the functionality of vehicle maintenance operations within the military, ensuring that vehicles are properly cleaned and maintained. Interested small businesses must submit their quotes by September 18, 2024, and are encouraged to attend a site visit scheduled for August 29, 2024. For further inquiries, potential bidders can contact Kailah Kraus or Vivian Fisher via their respective emails.
    Repair Fire Protection Tech Training, Multi Facilities project located at Sheppard AFB, Texas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Repair Fire Protection Tech Training project at Sheppard Air Force Base in Texas. This procurement aims to address the repair and alteration of multiple facilities, utilizing a Two-Step Sealed Bidding method as outlined in FAR Part 14.5, with the first step focusing solely on technical proposals. The project is significant, with a construction magnitude estimated between $10 million and $25 million, and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. Interested parties can reach out to Lindsey Byfield at lindsey.m.byfield@usace.army.mil or call 918-669-7070 for further details.
    DEMOLITION/RELOCATION/INSTALLTION SERVICES T1 Sun Shelters JBSA Randolph
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition, relocation, and installation services for T-1 Sun Shelters at Joint Base San Antonio (JBSA) Randolph in Texas. The contractor will be responsible for transporting three rows (twelve bays) of aircraft shelters to designated footings and dismantling two additional rows (eight bays), which will become the contractor's property post-demolition, all in compliance with the Service Contract Labor Standards. This procurement is set aside exclusively for SBA Certified Women-Owned Small Businesses (WOSB) and emphasizes the importance of adhering to federal contracting regulations and labor standards. Interested parties must submit their quotes by September 17, 2024, following a mandatory site visit on September 12, 2024, and can contact Emily Deck Sanders at emily.decksanders@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil for further information.