Demolition Bldg. 404, Offutt AFB, NE
ID: FA460025B0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

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 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 as per the provided specifications and drawings. This contract is a total small business set-aside, with an estimated value between $1 million and $5 million, emphasizing the importance of engaging small businesses in federal contracting. Interested contractors must submit their electronic bids by May 16, 2025, and can direct inquiries to Blaine Terry at blaine.terry.2@us.af.mil or Elizabeth Dennis at elizabeth.dennis.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the bid submission and opening instructions for Solicitation # FA460025B0001, adhering to FAR Part 14, which governs sealed bidding. It specifies that bids must conform to the guidelines within Section M for evaluation. Offerors must submit required documentation including a completed Standard Form 1442, acknowledgment of amendments, and representations and certifications. Bids must be submitted via email to designated personnel, with confirmation of receipt provided within one business day. The bid submission deadline is set for May 7, 2025, with the opening scheduled for the following day via teleconference. Bidders are advised to check for amendments and updates on the Contract Opportunities website. Late bids will be processed according to FAR regulations. This solicitation represents a formal process for procurement, ensuring transparency and compliance in government contracting.
    The document outlines the bid submission and opening information for Solicitation # FA460025B0001, adhering to the guidelines of the Federal Acquisition Regulation (FAR) for sealed bidding. It specifies the necessary content for bids, which includes a completed Standard Form 1442, acknowledgment of any amendments, and completion of required sections regarding representations and certifications. Bidders must ensure accuracy in their submissions and are warned against clerical errors. The submission process is exclusively electronic, requiring bids to be sent via email to designated contract personnel. It provides details for the bid opening, which will occur via Microsoft Teams, including the event's date and time. Emphasis is placed on the importance of adhering to submission deadlines, as late bids will be handled according to FAR regulations. Overall, this document serves as a comprehensive guide for prospective bidders on the procedures, requirements, and critical details necessary for participating in the submission of bids for federal contracts, reinforcing the importance of organization and compliance within government contracting processes.
    The document is an amendment to the solicitation FA460025B0001, providing bid submission and opening instructions for a government contract. It outlines the source selection process according to FAR Part 14, emphasizing that bids will be evaluated based on specific criteria. Bidders must ensure their submissions are complete, error-free, and submitted via email, with a confirmation of receipt expected within one business day. Key submission requirements include a completed Standard Form 1442, acknowledgment of amendments, and specific sections related to pricing and representations. The bid opening is scheduled for May 14, 2025, via Microsoft Teams, and late bids will be processed per FAR guidelines. All bidders are encouraged to stay updated on solicitation changes through the Contract Opportunities website, as electronic submissions only are accepted.
    The document serves as an amendment to Solicitation # FA460025B0001, detailing the bid submission and opening instructions for prospective contractors. It outlines the evaluation process according to FAR Part 14, emphasizing the importance of adherence to specified formats and submission protocols. Bidders must include a completed Standard Form 1442, acknowledge amendments, and provide necessary representations and certifications. All submissions must be error-free, with clear pricing annotations. Bids are to be submitted via email, with a confirmation provided within 24 hours, and the submission deadline is set for May 16, 2025, at which point bid openings will occur via Microsoft Teams. Late bids will be processed according to FAR guidelines. This amendment highlights the need for compliance and accurate documentation, aiming to ensure a transparent and organized bidding process, thus enabling the government to select an appropriate contractor efficiently.
    The document outlines the bid submission and opening protocols for Solicitation # FA460025B0001, following FAR Part 14 regulations for sealed bidding. Bidders must submit their comprehensive documentation in an email format, including a completed Standard Form 1442, acknowledgment of amendments, and multiple specified sections. All bids are required to be free of errors and submitted by the stipulated deadline, with an opening occurring the following business day via teleconference. The document emphasizes the importance of adhering to submission formats, verifying unit prices, and the procedures for handling late bids. Bidders are encouraged to regularly check the Contract Opportunities website for updates. This solicitation serves to invite competitive bids in a structured manner, ensuring a fair evaluation based on established criteria.
    The document outlines a form used for the NCIC screening and pass request for contractors and vendors at Offutt Air Force Base. It collects Personally Identifying Information (PII) as authorized under specific U.S. codes and regulations, emphasizing that this data is managed by the local Security Forces and accessed only by personnel involved in contract administration. Participants are informed that while providing information is voluntary, failure to complete the form may result in denial of base entry. The form requires basic details, including personal identification, company information, work schedule, and relevant signatures from sponsoring officials. The overarching purpose is to ensure security protocols are adhered to for contractors and vendors involved with the Department of Defense, facilitating safe operations at the military installation.
    The document outlines the hazardous material abatement project at Offutt Air Force Base, specifically focusing on lead-based paint (LBP) and asbestos-containing materials (ACM) within the B404 facility. It provides key details about the materials identified, their conditions, and estimated quantities, as well as the necessary precautions for removal and disposal in compliance with applicable regulations. The document includes a diagrammatic overview of ACM and LBP, with specific notes on their locations based on recent surveys, emphasizing the contractor's responsibility to verify conditions and quantities on-site. Key insights include the importance of following established safety protocols during abatement operations, including controlling lead dust and adhering to legal disposal requirements. The contractor will also coordinate with the general contractor and other stakeholders to manage project scheduling and ensure compliance throughout the process. This summary of hazardous materials indicates the commitment to safety and regulatory compliance necessary before proceeding with any demolition or renovation activities within the facility.
    The document outlines the specifications for the demolition project of Building B404 at Offutt Air Force Base, NE, under project SGBP 19-0018. It details the procurement and contracting requirements, including general conditions, environmental conditions, demolition protocols, and electronic submittal processes. Key points emphasize the need for precise documentation, responsible labor and material handling, coordination with existing operations, and adherence to safety and security protocols throughout the project. Contractors are required to maintain daily logs, submit RFIs electronically, and follow strict guidelines for utility interruptions, traffic control, and maintenance of construction sites. Specific conditions related to hazardous materials handling, weather-tightness, utility service usage, and final inspection procedures are outlined. The document provides a comprehensive framework to ensure the project is executed with transparency, efficiency, and adherence to regulatory mandates, focused on minimizing disruption and ensuring safety during operations. This information is vital for contractors responding to the government’s Request For Proposals (RFP), establishing clear expectations for project management and compliance.
    The document provides information related to prevailing wage determinations for building construction projects in Sarpy County, Nebraska, as mandated by the Davis-Bacon Act. It specifies that contracts entered into on or after January 30, 2022, are subject to Executive Order 14026, requiring a minimum wage of $17.75 per hour. Contracts not renewed or entered into after that date but awarded between January 1, 2015, and January 29, 2022, must adhere to Executive Order 13658, with a minimum wage of $13.30. The wage determination includes various classifications and corresponding wage and fringe benefit rates for construction workers such as electricians, plumbers, and laborers. Detailed wage identifiers indicate whether the rates are union or non-union, reflecting the prevailing wage based on the local labor market. The document also outlines the appeals process for parties who dispute wage determinations, emphasizing the importance of compliance with federal labor regulations. This wage determination framework ensures fair compensation for labor on federally funded projects, contributing to worker protections under federal contracting laws.
    The document outlines the responses to questions raised during a site visit concerning the demolition and abatement project for Building 404 (B404) and adjacent structures. Key points include the need for compliance with state laws regarding hazardous materials such as asbestos and lead, with a requirement for complete removal of certain structures per project specifications. Specific testing protocols for soil density, moisture content, and hazardous waste disposal are clarified, emphasizing contractor responsibility for site assessments and compliance. Contractors must also adhere to guidelines for personnel qualifications and site monitoring, as well as necessary precautions during wildlife nesting seasons. The document confirms that the project is tax-exempt and addresses utilities coordination for fiber optic work. Overall, this amendment serves to clarify technical specifications and regulatory adherence vital for the bidding process, ensuring contractor preparedness for environmental safety and operational compliance.
    The document outlines responses to questions from a site visit regarding the demolition and remediation project at B404. Key topics include the necessity for independent inspections and compliance with state laws for hazardous materials like asbestos, lead, and cadmium. The government mandates complete demolition of a retaining wall, with contractor-determined removal strategies allowed, and specifies that sheet piling can be used for stabilization. Testing frequencies for in-place densities and moisture contents are clarified, including a potential reduction in testing criteria. Tax exemption for the project is confirmed, and compliance with environmental regulations regarding wetlands and hazardous waste is emphasized. The need for air monitoring and the qualifications of onsite personnel are also detailed. The need for thorough communication with utility providers and precautions for nesting birds during demolition is highlighted. Ultimately, these specifications aim to ensure safety, compliance with environmental regulations, and effective execution of the demolition project, while outlining responsibilities and clarifying procedural expectations for contractors.
    The Hazardous Building Materials Inspection Report prepared by AMI Environmental for the B404 Demolition Project at Offutt Air Force Base outlines the assessment conducted to identify hazardous materials including asbestos and lead-based paint prior to demolition. The inspection, spanning inspections in late 2021 and early 2022, found various asbestos-containing materials (ACMs) and inefficiencies associated with lead paint in identified areas. Key findings included notable quantities of chrysotile asbestos in flooring mastic and ceiling tiles, and lead concentrations exceeding federal thresholds in multiple paint applications. Recommendations emphasize proper abatement procedures for ACMs, testing for lead-based materials, and safe handling of miscellaneous hazardous materials like batteries and mercury-containing devices. The report underscores the need for compliance with state and federal regulations regarding hazardous materials removal, ensuring worker safety during demolition activities. The findings serve as vital compliance documentation and risk mitigation, guiding contractors on necessary safety measures and regulatory adherence for effective demolition processing.
    The document outlines important guidelines and procedures related to federal government Requests for Proposals (RFPs), federal grants, and state and local RFPs. Primarily, it aims to inform potential applicants about the necessary steps for submitting proposals, the eligibility criteria, and the evaluation process for funding opportunities. Key components include an overview of federal grant programs, details on how to navigate the application process, and specific requirements that applicants must adhere to in order to be competitive. Furthermore, the document underscores the significance of compliance with federal regulations and local laws, highlighting the necessity for applicants to demonstrate capability and accountability in managing awarded funds. By establishing a clear framework for accessing government financial resources, the document serves as a crucial resource for organizations seeking to engage with federal, state, and local governments for funding, thereby enhancing community services and projects. It promotes transparency and efficiency in the procurement process while aiming to foster partnerships between governmental bodies and community organizations.
    The presented document is a directory listing contact information for various individuals associated with federal government contracting roles. Key personnel are associated with different companies that provide services relevant to federal requests for proposals (RFPs) and grants. Each entry includes the name, email address, phone number, and the affiliated company or organization, showcasing a range of contractors from construction, demolition, and technical consulting firms. The primary purpose of this directory is to facilitate communication and collaboration among government agencies and contractors in response to federal and state/local RFPs. Contacts span various industries, indicating a diverse pool of expertise that can support government projects. This comprehensive list enables government personnel to quickly identify and reach out to potential service providers, thereby enhancing the efficiency of procurement processes for federal and state initiatives. Overall, the document serves as a vital resource for ensuring effective partnerships in public sector contracting efforts.
    The government solicitation FA460025B0001 seeks bids for the demolition of Building 404 at Offutt Air Force Base in Nebraska. The project is classified as a sealed bid solicitation and is set as a 100% small business set-aside, with an estimated value between $1,000,000 and $5,000,000. Bidders must submit their offers electronically by May 7, 2025, with a required performance period of 180 calendar days from the notice to proceed. A site visit for interested contractors is scheduled for April 15, 2025, with an emphasis on safety, particularly concerning mold presence. Key requirements include performance and payment bonds and adherence to U.S. Buy American standards for materials. This contract is critically aimed at ensuring compliance with various regulations and fair bidding practices, reflecting the government's initiative to engage small businesses in federal contracts while maintaining service accountability and quality.
    The document is a Solicitation for Construction related to the demolition of Building 404 at Offutt Air Force Base, Nebraska. Issued by the United States Air Force, it calls for sealed bids from contractors, emphasizing the necessity of completing the offer section appropriately. Key details include a site visit scheduled for April 15, 2025, and clear timelines for performance, with the project set to commence within specific calendar days upon award notification. The solicitation is exclusively set aside for small businesses, with a budget magnitude between $1 million and $5 million. Contractors must adhere to stipulations regarding bonding, confirmation of amendments, and submission of bids electronically as fax and hardcopy submissions will not be accepted. The contract also includes clauses regarding performance and payment bonds, Buy American provisions for construction materials, and employee rights notification under the National Labor Relations Act. This thorough solicitation illustrates the federal commitment to supporting small business participation while ensuring compliance with various regulations and safety standards essential for securing government contracts.
    This document serves as an amendment to a federal solicitation, specifically for the contract FA460025B0001 associated with project SGBP 19-0018. It outlines changes to the solicitation's key details, notably extending the response due date from May 7, 2025, to May 13, 2025, and updating relevant attachments. The amendment includes new documents such as the Building Materials Inspection-HazMat Report and a Questions & Answers section to facilitate bidders. It is essential for contractors to acknowledge the receipt of this amendment prior to the specified deadline to ensure their bid remains valid. The amendment reinforces the ongoing nature of the solicitation while clarifying submission protocols for bidders and maintaining previous terms and conditions. This modification emphasizes the federal government's commitment to transparency and thorough communication with potential contractors throughout the bidding process. Overall, the document reflects standard practices in managing government RFPs to ensure competitive and compliant procurement processes.
    The solicitation FA460025B00010004 aims to invite bids for the demolition of Building 404 at Offutt Air Force Base, Nebraska. The project is set as a 100% small business set-aside, with an estimated project budget between $1 million and $5 million. Interested contractors are required to submit sealed electronic offers via email by May 16, 2025, with a public bid opening occurring the following business day. A site visit is scheduled for April 15, 2025, to assess conditions, with safety precautions advised due to mold presence. Contractors must comply with various requirements, including performance and payment bonds, and the contract completion timeframe is 180 calendar days from notice to proceed. Additionally, the solicitation specifies adherence to local labor laws and the Buy American Act for construction materials, emphasizing domestic sourcing and compliance with safety regulations. Questions related to the solicitation must be submitted by April 23, 2025, to ensure clarity before the bid deadline. The comprehensive document includes clauses governing contract performance, material specifications, and invoicing protocols, underscoring the government's rigorous procurement standards.
    The document outlines an amendment to a government solicitation, specifically addressing the modification of dates and conditions for offers related to a federal contract. It specifies that the deadline for response submissions has been extended from May 13, 2025, to May 16, 2025. The amendment requires contractors to acknowledge receipt via various specified methods, emphasizing the importance of this acknowledgment to prevent rejection of offers. Additionally, it includes updates to bid submission and opening information, indicating the organization of modifications by relevant sections of the Uniform Contract Format (UCF). Certain attachments have been added while others have been removed to reflect these changes. The purpose of this amendment is to ensure clarity and compliance amongst contractors regarding the updated solicitation details and requirements, maintaining all other terms unchanged. This amendment is part of standard procedures for managing federal requests for proposals (RFPs) to ensure transparency and legal adherence in contracting processes.
    The solicitation document outlines a construction project for demolishing Building 404 at Offutt Air Force Base in Nebraska. It is identified as a sealed bid solicitation under solicitation number FA460025B00010001, with an anticipated project value between $1 million to $5 million. The project is a 100% small business set-aside, aiming to foster small business participation. Potential bidders must submit sealed offers via email by May 7, 2025, and adherence to specified performance and payment bonds is mandatory. A site visit is scheduled for April 15, 2025, with safety precautions due to mold presence. Queries concerning the solicitation deadline can be addressed to designated contacts, and further amendments will be communicated as necessary. The contractor is expected to complete demolition within 180 calendar days upon receiving the notice to proceed. The document emphasizes compliance with federal acquisition regulations, including Buy American provisions for construction materials, and mandates adherence to specified labor standards and safety regulations. The procurement process underscores the importance of presenting competitive bids that meet the outlined criteria while ensuring environmental and safety considerations are addressed during project execution.
    The document details an amendment to a federal solicitation, specifically for the contract number referenced as FA4600 55 CONS PKP, dated April 1, 2025. It addresses changes made to the solicitation, including an extension of the bid due date, modification of the unit of measure for a specified line item from "each" to "lot," and updates to related contract clauses. The contractor is required to acknowledge receipt of this amendment, with specific procedures outlined for doing so. Notably, it emphasizes consistency in the terms and conditions previously established in the original solicitation. Additionally, the document includes a detailed description of a clause concerning contract drawings and specifications, mandating that contractors immediately check and verify provided drawings while taking direct responsibility for any discrepancies. Furthermore, it introduces an attachment that amends bid opening and submission information, while deleting a previous version. This amendment reflects adherence to federal contracting standards, ensuring contractors understand their obligations and the formalities necessary for compliance in the bidding process.
    The document outlines a solicitation for the demolition of Building 404 at Offutt Air Force Base, Nebraska. It specifies that the project is set as a 100% small business set-aside, with an estimated value between $1,000,000 and $5,000,000. The contractor must provide performance and payment bonds, commence work within the specified time after the award, and complete the assessment within 180 calendar days. Interested offerors are required to submit sealed bids electronically via email, with hardcopy or fax submissions not accepted. A site visit is scheduled to take place on April 15, 2025, with safety precautions due to mold presence in the building. The bid submission deadline is noted to be on May 7, 2025. Additionally, the document emphasizes compliance with various federal regulations, including specifications for construction materials, inspection processes, and administrative protocols. The solicitation also includes clauses pertaining to labor standards and overarching regulations tied to federal contracts, reinforcing safety and compliance during the execution of the project. Overall, this document serves as a critical outline for contractors wishing to participate in this federally funded demolition project, ensuring adherence to standards of quality and safety.
    The document is an amendment to a solicitation for a government contract, extending the deadline for submissions and detailing necessary procedures. It specifically pertains to a solicitation for a project valued between $1 million and $5 million, categorized as a 100% small business set-aside, with a NAICS code of 238910. A site visit is scheduled for April 15, 2025, at Offutt Air Force Base, requiring interested contractors without base access to submit necessary security documentation by April 9, 2025. The amendment emphasizes that submissions must be electronic, prohibiting fax and hardcopy submissions. Questions regarding the solicitation must be sent via email by April 23, 2025, with a follow-up amendment to address inquiries planned. The amendment also updates the bid opening process to a teleconference format, with details provided in the attached documentation. Overall, the amendment maintains that, except for specified modifications, all terms and conditions remain unchanged to ensure clear communication and compliance with federal solicitation processes.
    The U.S. Air Force is seeking contractors for the demolition of Building 404 at Offutt Air Force Base, under solicitation FA460025B0001. This project, classified under demolition services, aims to remove all structural and non-structural components, with possible asbestos and lead remediation required. The project is fully designed, has a budget of $1,000,000 to $5,000,000, and is expected to be completed within 180 days. The Invitation for Bid (IFB) will be published no earlier than March 19, 2025, and will close around April 18, 2025, available exclusively via the System for Award Management (SAM) website. Eligible contractors must be registered in SAM and note that this project is set aside specifically for small businesses. The primary and secondary points of contact are Blaine Terry and Elizabeth Dennis, respectively.
    Lifecycle
    Title
    Type
    Similar Opportunities
    183 CES Demolish Buildings 12 & 13
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    B433 Utility Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract titled "B433 Utility Repair" to replace existing utility infrastructure at the B433 lift station in St. Columbans, Nebraska. The project entails the replacement of piping, valves, lift station pumps, controls, and associated components, with a focus on ensuring minimal disruption to operations and compliance with various safety and environmental standards. This contract is set aside for small businesses, with an estimated total award amount of $45 million, and the performance period is scheduled from January 19, 2026, to May 1, 2026. Interested parties must submit their offers by January 15, 2026, and can direct inquiries to 2d Lt Liv Nemeck at liv.nemeck.1@us.af.mil or 1st Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    INDUSTRY DAY: SURVIVABLE AIRBORNE OPERATIONS CENTER (SAOC), Offutt AFB, NE (SAOC) CONSTRUCTION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is hosting an Industry Day for the Survivable Airborne Operations Center (SAOC) construction project at Offutt Air Force Base, Nebraska. This event aims to provide detailed information and gather industry feedback on the construction of a 280,200 square foot maintenance hangar designed to accommodate two Boeing 747-8i aircraft, along with associated taxiway and support facilities. The project is significant for enhancing operational capabilities and ensuring compliance with Department of Defense standards, with an estimated construction value exceeding $500 million. Interested prime contractors with bonding capacity of $400 million or greater must request one-on-one interviews by January 9, 2026, to discuss the project further, with the Industry Day scheduled for January 22, 2026, at the Edward Zorinsky Federal Building in Omaha, NE.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Construction, Demolition, and Renovation BLDG 453 and Installation of Paint Booth
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction, demolition, and renovation of Building 453, along with the installation of a paint booth at Grissom Air Reserve Base in Indiana. This project is categorized as a Competitive 8(a) set-aside, aimed at enhancing facilities critical for maintenance operations, and will require compliance with specific security protocols as outlined in NIST SP 800-171A. The bid opening has been extended to December 5, 2025, with a minimum acceptance period of 299 days following the offer due date, and the estimated period of performance spans from January 5, 2025, to February 4, 2028. Interested contractors should direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil or call 765-688-2818, noting that funding is not currently available and the solicitation may be canceled if funds do not materialize.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.