Soil Compaction Test at Hill AFB, UT
ID: 2025-PZI-1518Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2835 AFLCMC HANSCOM PZIHANSCOM AFB, MA, 01731-2107, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- GEOTECHNICAL (B519)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to conduct a soil compaction test at Hill Air Force Base in Utah. The project involves a geotechnical investigation to assess soil stability and bearing capacity, ensuring the site can support a minimum design load of 29 psi and a local bearing load of 75 psi, which is critical for military infrastructure and transport vehicles. The selected service provider must complete the investigation within 60 days of receiving the order, with prior notification required five business days in advance before conducting the survey. Interested parties can contact Eva Leavitt at Eva.leavitt@us.af.mil or call 770-485-2264 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The project involves a geotechnical investigation and certification at Hill Air Force Base, Utah, focusing on soil compaction and bearing capacity. The selected service provider must complete the investigation within 60 days after receiving the order. The objective is to determine if the site can support a minimum design load of 29 psi alongside a local bearing load of 75 psi, critical for the Transceive Group and transport vehicles, while ensuring no deformation occurs. As the site was a former landfill, thorough probing by a licensed geotechnical engineer will be necessary to evaluate soil stability. The investigation must occur at designated coordinates, with prior notification of intent to conduct the survey required five business days in advance. Points of contact for more information and coordination include SSgt Ryan Connolly and 2d Lt Stuart Woller. This project emphasizes the importance of engineering standards for military infrastructure projects, ensuring safety and functionality in varying soil conditions.
    The "Register of Wage Determinations Under the Service Contract Act" outlines wage rates and benefits applicable to contracts under the Service Contract Act as directed by the Secretary of Labor. It specifies minimum wage requirements based on executive orders for contracts awarded on or after January 30, 2022, and lists various occupations with corresponding wage rates and required benefits. Additional provisions regarding employee rights, paid sick leave, and the conformance process for unlisted job classifications are also detailed.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F-35 Maintenance Facility, Phase 1
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the construction of the F-35 Maintenance Facility, Phase 1, at Hill Air Force Base in Utah. This procurement aims to establish a facility dedicated to the maintenance of F-35 aircraft, which is critical for ensuring operational readiness and support for the U.S. Air Force's advanced fighter capabilities. The project falls under the NAICS code 236210 for Industrial Building Construction and the PSC code Y1EB for Construction of Maintenance Buildings. Interested parties can reach out to Natalia Gomez at natalia.gomez@usace.army.mil or by phone at 916-557-6868, or Michelle Spence at michelle.a.spence@usace.army.mil or 916-577-7900 for further information.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further information.
    T-7A Depot Maintenance Complex (DMC) Maintenance Hangar ? Hill AFB, UT (DB)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Depot Maintenance Complex (DMC) Maintenance Hangar at Hill Air Force Base, Utah. This project falls under the NAICS code 236210, focusing on industrial building construction, and aims to provide essential maintenance facilities for military aircraft. The successful contractor will be responsible for the construction of maintenance buildings, which are critical for ensuring the operational readiness of defense assets. Interested parties can reach out to Gilbert Coyle at gilbert.coyle@usace.army.mil or by phone at 961-557-6986, or Michelle Spence at michelle.a.spence@usace.army.mil or 916-577-7900 for further details regarding the solicitation process.
    SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
    Buyer not available
    The Department of Defense is seeking qualified architect-engineer firms to provide services for the renovation of Hangar 225 at Hill Air Force Base in Utah. The procurement involves a Total Small Business Set-Aside for architect-engineer services under NAICS code 541330, focusing on the construction of other airfield structures. This project is critical for maintaining and upgrading military infrastructure, ensuring operational readiness and safety. Interested firms should contact Laura Koog at laura.koog@us.af.mil or Brindle Summers at brindle.summers@us.af.mil for further details, as the presolicitation notice indicates the importance of timely submissions and qualifications.
    HAFB Fencing
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for fencing services at Hill Air Force Base (HAFB) in Utah. The contract, valued at an estimated $4 million over a five-year base period, will cover maintenance, repair, and minor construction projects related to fencing, including emergency response capabilities within two hours of notification. This initiative is crucial for enhancing the security infrastructure at HAFB, ensuring compliance with safety and environmental regulations throughout the project. Interested parties must submit a statement of capability and relevant experience by April 7, 2025, and can contact Aaron Parr at aaron.parr.1@us.af.mil or Ana Andrews-Burton at ana.andrews-burton@us.af.mil for further information.
    NDI Hoist Rail Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide NDI Hoist Rail Services at Hill Air Force Base, Utah. The procurement involves maintenance and repair services for the REL Hoist Rail System, including preventative maintenance, emergency repairs, and software updates, all in accordance with OEM specifications. This contract is crucial for ensuring the operational readiness and reliability of essential maintenance systems, with a performance period from April 25, 2025, to April 24, 2030. Interested contractors must submit their offers by March 3, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Heather Minchey at heather.minchey.1@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil.
    T-7A EGRESS, F-35 EAST CAMPUS HILL AFB, UT
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is soliciting bids for the construction of the T-7A Egress facility at Hill Air Force Base in Utah. This project is designated as a Total Small Business Set-Aside under FAR 19.5, focusing on industrial building construction, particularly for maintenance buildings. The successful contractor will play a crucial role in enhancing the operational capabilities of the military by providing essential infrastructure. Interested parties should reach out to Natalia Gomez at natalia.gomez@usace.army.mil or call 916-557-6868 for further details, while Michelle Spence is also available at michelle.a.spence@usace.army.mil or 916-577-7900 for additional inquiries.
    Laboratory Soils Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking sources for laboratory soils testing services. This procurement is aimed at identifying qualified small businesses that can provide testing laboratories and services, as indicated by the NAICS code 541380, under a Total Small Business Set-Aside (FAR 19.5). The services are crucial for evaluating ores, minerals, and their primary products, ensuring compliance with safety and quality standards. Interested parties should reach out to Maria Valadez-Lopez at maria.e.lopez@usace.army.mil or call 817-886-1881 for further details, while Paige Poorman is also available at PAIGE.E.STONE@USACE.ARMY.MIL or 817-201-3106 for additional inquiries.
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This procurement aims to gather industry insights and capabilities related to the construction of specialized facilities, particularly those involving nuclear safety structures and compliance with stringent safety standards, including High-Altitude Electromagnetic Pulse (HEMP) requirements. The opportunity emphasizes the importance of innovative solutions and effective project management in the construction of critical defense infrastructure. Interested parties should submit their capability statements, detailing relevant experience and qualifications, to the primary contact, Jeremy Grimley, at jeremy.grimley.1@us.af.mil, or the secondary contact, Peggy Japngie Lizotte, at peggy.japngielizotte.1@us.af.mil, as part of the sources sought notice.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.