*AMENDMENT 01* Replace Overhead Doors
ID: FA461325R0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of six overhead doors at Building 930, F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for all labor, materials, equipment, and supervision necessary to demolish existing doors and install new insulated coiling doors, adhering to a detailed Statement of Work and environmental regulations. This project is critical for maintaining operational efficiency and safety at the facility, with an estimated contract value between $100,000 and $250,000. Proposals are due by 11:00 AM MT on April 9, 2025, and interested parties should direct inquiries to Megan Evans at megan.evans.3@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil.

Files
Title
Posted
Mar 31, 2025, 6:05 PM UTC
This document serves as Amendment 01 to a solicitation for a construction project under federal procurement, specifically targeting small businesses. The amendment includes the addition of a Site Visit Q&A Responses attachment and extends the proposal submission deadline to April 9, 2025, at 11:00 am MST. It reiterates the requirement for contractors to acknowledge receipt of the amendment, which can be done through various methods. The document outlines that no awards will be made until funding is available and emphasizes the government's right to cancel the solicitation at any time without obligation for reimbursement. Key requirements for proposal submissions include company registration in SAM.gov, adherence to the Davis Bacon Act Wage Determination, and provision of a Bid Guarantee. Proposals must be submitted electronically and are required to be comprehensive and complete, addressing all specifications outlined in the Statement of Work. The document concludes with a list of necessary attachments for submission, reflecting the structured nature of government RFPs and procurement processes.
Mar 31, 2025, 6:05 PM UTC
The document outlines the Statement of Work (SOW) for the replacement of six overhead doors at Building 930, with a project duration of 160 calendar days starting on a coordinated date. The contractor is required to adhere to environmental and safety regulations, including the use of recycled materials and the acquisition of necessary permits such as Dig and Hot Work permits. The scope of work includes the demolition and disposal of existing doors and the installation of new insulated coiling doors, complete with operators and controls. The project must maintain safe access for building occupants, with daily site clean-up and compliance with the International Building Code (IBC). Additional conditions address environmental concerns, such as potential asbestos and lead. The project emphasizes the importance of following proper protocols for any hazardous materials encountered, ensuring coordination with the Project Manager at all times. The salient features include specific technical requirements for door installation, electrical connections, and overall site maintenance, aiming to provide a secure and operational facility upon completion.
This document outlines the Environmental Protection requirements for contractors involved with projects at F. E. Warren Air Force Base (FEW). It emphasizes compliance with federal, state, and local laws regarding environmental safety, hazardous materials, and waste management. Key sections include air quality standards that prohibit certain emissions and the requirement for Best Management Practices (BMPs) to control pollutants. Contractors are responsible for acquiring necessary environmental permits, notifying regulatory bodies prior to demolition, and ensuring all operations align with the guidelines provided. Specifics on handling toxic materials like asbestos and lead-based paint are outlined, demanding certified personnel and proper notification to agencies. The document also discusses procedures for petroleum products, requiring Spill Prevention, Control, and Countermeasures (SPCC) plans for large storage tanks, along with regular inspections for potential leaks. Contractors must report waste disposal statistics, comply with recycling directives, and adhere to guidelines for erosion and sediment control. Overall, it serves as a comprehensive framework for ensuring environmental protections and compliance during construction and maintenance activities on the installation, reflecting a commitment to sustainability and regulatory adherence.
Mar 31, 2025, 6:05 PM UTC
The document outlines the Schedule of Material Submittals related to the contract for repairing the Bay Doors at Building 930, under Solicitation/Contract No. AF FORM 66. It includes categories for submissions needed from contractors, such as shop drawings, samples, color selections, installation instructions, and material safety data sheets (MSDS). Additionally, it details submission dates, compliance certifications, and technical data, all of which are essential for project approval and adherence to safety and regulatory standards. The project engineer and contract administrator play crucial roles in managing these submissions, ensuring that all materials and methods comply with contractual obligations. The organization of the information indicates a systematic approach to project management in federal contracting, emphasizing the need for meticulous documentation and communication among involved parties.
Mar 31, 2025, 6:05 PM UTC
The document pertains to various federal and state RFPs (Requests for Proposals) and grants aimed at enhancing government projects and services. It encapsulates key information on funding opportunities available to organizations and contractors for projects within specified guidelines. Such funding typically targets areas such as infrastructure, technology upgrades, environmental assessments, and community development. Emphasis is placed on the necessity for applicants to adhere to structured guidelines, demonstrating the capacity to manage and implement projects effectively. Each proposal must outline a clear project scope, budget estimates, timelines, and strategies to meet local and federal compliance standards. The information encourages potential applicants to comprehend the competitive nature of the bidding process and the importance of presenting thorough, well-documented proposals. The document serves as a comprehensive guide for both new and seasoned contractors looking to engage with government projects. It captures the essence of the proposal process, illustrating the importance of preparation, compliance, and innovation in responding to these funding opportunities, ultimately aiming to enhance public services and infrastructure through collaborative efforts.
Mar 31, 2025, 6:05 PM UTC
The document outlines the Bid Bond, a necessary guarantee for participation in federal government RFPs, grants, and contracts. It establishes the obligations of the Principal (the bidding entity) and Surety(ies) in favor of the U.S. Government. The bond ensures that the Principal will proceed with contract execution upon bid acceptance and provide any required additional bonds within specified time frames. If the Principal fails to comply, the bond becomes void, and the Surety is liable for any cost exceeding the bid amount. The document also specifies the required formality for signing, indicating that corporate sureties must be listed on the Department of Treasury’s approved list, with liability limits detailed. It includes guidance on filling out the form properly, including legal names, business addresses, and corporate seals. The provided instructions clarify the necessary documentation for individual and corporate sureties and inform about the Paperwork Reduction Act requirements. This form plays a critical role in ensuring that bids meet legal and financial obligations, contributing to the overall integrity of government contracting.
Mar 31, 2025, 6:05 PM UTC
The document outlines the requirements for completing a Construction Cost Estimate for a project at FE Warren Air Force Base, Wyoming, following the Construction Specifications Institute (CSI) format. It provides a structured template for contractors to fill in relevant data across 50 construction divisions, including sections for general requirements, existing conditions, concrete work, masonry, and various other construction-related categories. Key elements include instructions for entering cost data, adjusting overhead and profit percentages for both prime and subcontractors, and guidelines for handling discrepancies with prefilled entries. Specific exceptions are noted, such as the need to adjust overhead rates for subcontractors when they differ from the summarized rates. The document emphasizes the importance of completing certain "Fill Here" fields to ensure accurate cost tabulation across divisions and ultimately calculate the total contract amount. This framework is crucial for ensuring that all costs are systematically accounted for and aligns with government procurement procedures, which aim for transparency and precision in federal grants and RFP responses.
Mar 31, 2025, 6:05 PM UTC
The Hazardous Materials Authorization Request form is a document designed for contractors engaging in projects that involve the use of hazardous materials. It requires detailed information including the contractor's name, project specifics, and key points of contact, particularly at F.E. Warren Air Force Base. The form includes a table to document each hazardous material's name, manufacturer, product part number, container type and size, paint color and sheen, and projected on-site quantity. Additionally, it mandates the submission of the Manufacturer's Safety Data Sheet (SDS) for each hazardous material listed. This requirement ensures compliance with safety regulations and protects workers and the environment during project execution. Overall, the document's purpose is to facilitate the responsible management of hazardous materials in federal, state, and local contracts, ensuring proper documentation and adherence to safety standards.
Mar 31, 2025, 6:05 PM UTC
The memorandum from the 90th Missile Wing of the Department of the Air Force outlines responses to pre-proposal inquiries regarding a project to replace overhead doors at Bldg. 930, under Notice ID FA461325R0005. Key points include clear directives regarding existing electrical conduits, specifications for door opener power and motor details, and requirements for door finishes and colors. It confirms that space is available for spare 480V breakers, and that contractor-supplied components must meet specified standards. The document emphasizes compliance with technical requirements and the necessity for contractors to submit color selections for approval prior to ordering. Overall, this memorandum provides essential guidance to contractors to ensure adherence to the project's specifications and operational needs.
Mar 31, 2025, 6:05 PM UTC
The 90th Contracting Squadron of the Department of the Air Force has issued a Request for Proposal (RFP) for Project Number GHLN25-0180, focusing on the replacement of overhead doors in Building 930 at F. E. Warren AFB, Wyoming. This solicitation is contingent on the availability of funds, and the government retains the right to cancel the RFP without obligation to reimburse bidders. The project is estimated to cost between $100,000 and $250,000, and adherence to the Davis-Bacon Act Wage Determination for building projects is required. Bidders must provide bid guarantees, with specifics outlined in the solicitation, and must demonstrate technical capability alongside price in their proposals. Proposals are due by 11:00 AM MT on April 4, 2025, with a site visit requested by March 26, 2025. The evaluation criteria stress the importance of both price and technical acceptability, requiring a comprehensive work plan that adheres to a timeline of 160 calendar days. Key contacts for inquiries are provided. This RFP underscores the Air Force’s commitment to infrastructure modernization while adhering to federal contracting regulations.
Mar 20, 2025, 9:08 PM UTC
The Federal government is seeking bids for the Replacement of Overhead Doors at Building 930, Francis E. Warren Air Force Base, Wyoming. The project entails the complete demolition and disposal of six existing overhead doors and their associated components, followed by the installation of new coil-up doors and controls as outlined in the Statement of Work dated March 17, 2025. The contractor must supply all labor, materials, and equipment and complete the work within 160 calendar days after receiving the Notice to Proceed. Bids must include performance and payment bonds and adhere to the specified work requirements and federal regulations. The solicitation invites sealed bids from contractors, with a public opening scheduled following the bid deadline. Additionally, the document emphasizes adherence to operational security protocols and anti-terrorism training for contractor personnel accessing military installations. The RFP includes standard clauses dealing with payment processes, contract requirements, and other stipulations necessary for compliance. This project aligns with the government's ongoing infrastructure improvement efforts, confirming the commitment to maintaining secure and operational military facilities.
Mar 31, 2025, 6:05 PM UTC
The document outlines a solicitation for construction work at Francis E. Warren Air Force Base, Wyoming, specifically for the replacement of six overhead shop doors at Building 930. The contractor is required to provide all necessary labor, materials, and equipment in compliance with a detailed Statement of Work dated March 17, 2025. The proposal includes specifications regarding performance timelines, bond requirements, public bid openings, and the submission process. The contractor must commence work within ten calendar days after receiving a notice to proceed and complete the project within 160 calendar days. Key elements also include compliance with operational security training, antiterrorism measures, and various federal acquisition clauses relevant to construction contracts. The emphasis is on domestic sourcing of materials and adherence to payment protocols through the Wide Area Workflow system. The solicitation demonstrates the government's commitment to maintaining secure and efficient operations while engaging qualified contractors for critical infrastructural updates.
Lifecycle
Title
Type
Replace Overhead Doors
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Overhead Door Replacement Bldg. 190
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the replacement of an overhead door at Building 190, Selfridge Air National Guard Base in Michigan. The project entails the complete removal and installation of a new 12-foot wide by 14-foot tall insulated rolling steel door, which must include specific features such as vision lights, wind locks, and a galvanized cowl/hood, with color matching to the existing door requiring a site visit. This procurement is part of the government's ongoing efforts to maintain and upgrade infrastructure, ensuring compliance with operational standards at military facilities. Interested contractors, particularly those classified as small businesses under the SBA guidelines, should note that funds are anticipated to be available by September 30, 2025, and are encouraged to contact David Brown at david.brown.39@us.af.mil or Andrea Senska at andrea.senska@us.af.mil for further details, including the site visit scheduled for April 9, 2025.
Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY) AMENDMENT 01
Buyer not available
The Department of Defense, through the U.S. Air Force's 90th Contracting Squadron, is seeking proposals for a construction project to replace underground storage tank (UST) spill buckets at four launch facilities located at FE Warren Air Force Base in Wyoming. The project requires contractors to provide all necessary labor, materials, and equipment, adhering to strict safety and environmental regulations, with a performance period of 120 calendar days. This initiative is crucial for maintaining the integrity of hazardous material containment at military facilities, ensuring compliance with federal standards and operational readiness. Proposals are due by April 14, 2025, with a budget between $100,000 and $250,000, and interested parties can contact Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil for further information.
FA4613 - B34 2nd/3rd Floor Carpet
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the procurement and installation of flooring materials at Francis E. Warren Air Force Base in Wyoming. The project involves the replacement of carpet tiles, composite carpet planks, and vinyl wall base on the 2nd and 3rd floors of Building 34, totaling approximately 14,257 square feet of carpet and 4,872 square feet of planks, with specific product specifications emphasizing eco-friendly materials. This procurement is crucial for modernizing the work environment while adhering to safety, sustainability, and historical preservation standards. Interested contractors must submit their quotes by April 11, 2025, and can direct inquiries to SSgt Tiffany Turgeon at tiffany.turgeon@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
Hangar Door Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide Hangar Door Maintenance Services at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement includes comprehensive maintenance, emergency service calls, and supply provisions over a five-year period, with a total estimated contract value of approximately $12.5 million. This opportunity is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting small enterprises while ensuring compliance with federal regulations and safety standards. Interested parties should contact 2d Lt Hunter Bailey at hunter.bailey.5@us.af.mil or Ryan Ryea at ryan.rhea.2@us.af.mil for further details, noting that the solicitation is posted without funding and the performance period will commence upon funding availability.
FA462025R0002 - Renovate (RM) Building 2245/2248/2249
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of buildings 2245, 2248, and 2249 at Fairchild Air Force Base in Washington. The project aims to consolidate various user groups into a single facility, requiring comprehensive construction efforts including design-build, demolition, hazardous material abatement, and various utility and landscaping works. This opportunity is set aside for small businesses, with an estimated contract value between $25 million and $100 million, and a performance period of 910 calendar days divided into three phases. Interested contractors should prepare for a pre-proposal conference and ensure they are registered in the System for Award Management (SAM) before the anticipated RFP release on May 1, 2025, with proposals due by June 3, 2025. For further inquiries, contact Samantha Gorman at samantha.gorman@us.af.mil or Richard Hedrick at richard.hedrick.2@us.af.mil.
Repair Fabric Shelter Doors B138
Buyer not available
The Department of Defense, specifically the New York Air National Guard, is seeking bids for a contract to repair the fabric shelter doors of Building 138 at Hancock Field in Syracuse, New York. The project involves providing all necessary labor, materials, tools, and supervision to restore twelve Mega Door brand aircraft hangar fabric doors to full functionality, including demolition and disposal of existing materials. This contract is set aside entirely for small businesses, with an estimated value between $1 million and $5 million, and a duration of 365 calendar days post-notice to proceed. Interested contractors should prepare for a pre-bid conference on April 24, 2025, and must submit questions by April 22, 2025, via email to Briana McCaffery at briana.mccaffery@us.af.mil. The solicitation is expected to be issued around April 8, 2025, and all interested parties must be registered in the System for Award Management (SAM) to participate.
FA462525R0004, Whiteman AFB Temporary Lodging Facilities Roofing Replacement
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the roofing replacement of Temporary Lodging Facilities (TLFs) at Whiteman Air Force Base in Missouri, under solicitation number FA462525R0004. The project entails the comprehensive replacement of approximately 27,882 square feet of roofing across six buildings, including the removal of existing roofing materials and structural components, while adhering to strict compliance with federal regulations regarding safety and environmental standards. This initiative is crucial for maintaining adequate housing for military personnel and their families, ensuring operational readiness at the base. Interested contractors must submit sealed bids by April 25, 2025, at 12:00 PM, and are encouraged to contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or Caleb Kirchhoff at caleb.kirchhoff@us.af.mil for further inquiries.
Construct Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren AFB, Wyoming
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of the Ground Based Strategic Deterrent (GBSD) Integrated Training Center at F.E. Warren Air Force Base in Wyoming. The project involves building an 85,000 square foot facility that will include classrooms, administration space, virtual training capabilities, and areas for security forces training, along with high-bay spaces for maintenance training. This construction is critical for enhancing military training capabilities and will adhere to various DoD and Air Force design standards. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to access solicitation documents and submit proposals. The estimated construction cost ranges from $25 million to $100 million, with proposals due following the issuance of the solicitation, expected in the coming weeks. For inquiries, contact Brandon Landis at brandon.p.landis@usace.army.mil or John Solomon at john.s.solomon@usace.army.mil.
Demolition Bldg. 404, Offutt AFB, NE
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the demolition of Building 404 at Offutt Air Force Base in Nebraska. The project involves demolishing the building and associated appurtenances, restoring or modifying site elements, and ensuring the protection of existing items, with a contract value estimated between $1 million and $5 million. This opportunity is a total small business set-aside, emphasizing the government's commitment to engaging small businesses in federal contracting. Interested contractors must submit their electronic bids by May 7, 2025, following a mandatory site visit on April 15, 2025, and should direct inquiries to Blaine Terry at blaine.terry.2@us.af.mil or Elizabeth Dennis at elizabeth.dennis.2@us.af.mil.
FA4613 - Adventure Park Playground
Buyer not available
The Department of Defense, through the 90th Contracting Squadron at F.E. Warren Air Force Base in Wyoming, is seeking proposals for the installation of a new playground at Adventure Park. The project requires contractors to provide all necessary labor, materials, equipment, and permits for the construction of playground equipment and a safe fall area, ensuring compliance with environmental regulations and safety standards. This initiative aims to enhance recreational facilities for military families, emphasizing safety and community development. Interested contractors must submit their proposals by April 18, 2025, and are encouraged to contact SSgt Tiffany Turgeon at tiffany.turgeon@us.af.mil or Andrea McCurry at andrea.mccurry@us.af.mil for further details, including site visit arrangements scheduled for April 3, 2025.