Family Camp Recreational Vehicle Parking Expansion
ID: FA4803250001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Facilities Support Services (561210)

PSC

REPAIR OR ALTERATION OF PARKING FACILITIES (Z2LZ)

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 contractors for the Family Camp Recreational Vehicle Parking Expansion project at Shaw Air Force Base in South Carolina. The objective is to construct 14 additional RV parking spaces, including the installation of an asphalt drive, electrical systems, water and sewer connections, and other related infrastructure as outlined in the Statement of Work. This project is significant for enhancing recreational facilities for military personnel and their families, reflecting the Air Force's commitment to supporting service members. Interested small businesses must prepare for a site visit scheduled for February 7, 2025, and submit bids by April 7, 2025, with all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The FamCamp Expansion project (VLSB 24-0019) aims to enhance the FamCamp facility by adding 14 RV sites with necessary amenities. Key tasks involve constructing an asphalt drive, installing electrical and water systems, and ensuring proper utility connections. The contractor is responsible for tree removal, site clearing, and installation of essential infrastructure, including bollards, street lights, and Wi-Fi poles, as per the construction documents. The total contract duration spans 195 calendar days, encompassing 165 days for construction and 30 for documentation completion. Contractors must verify site dimensions, comply with Shaw Air Force Base design standards, and adhere to safety regulations during construction to avoid disrupting base operations. Permits are the contractor's responsibility; they must also manage debris disposal in accordance with federal guidelines. The summary emphasizes the project's objective to enhance infrastructure for recreational use while ensuring compliance with various codes and regulations. Overall, the FamCamp Expansion reflects a commitment to improving facilities for service members and families while maintaining operational integrity and safety during construction.
    The memorandum from the 20th Fighter Wing at Shaw Air Force Base outlines a request for access to conduct a site visit regarding the expansion of Family Camp RV parking. The visit is scheduled for February 7, 2025, at the Falcon Nest Family Camp. The document specifies that base-wide access is not required and includes contact information for the sponsor, Darrel J. Ford, from the 20th Contracting Squadron. It notes the importance of adhering to privacy regulations as personal information will be collected for background checks, emphasizing the sponsor’s responsibility to manage visitor access. Additionally, the memorandum highlights the need for the sponsor to retrieve or deactivate access passes accordingly. This document serves as a procedural guideline for managing site access related to a government contract initiative in a secure military environment.
    The memorandum from the 20th Fighter Wing at Shaw Air Force Base outlines the procedures for requesting background checks to grant access to the base for contractors or employees. It requires information such as the individual's full name, date of birth, social security number, and work-related details including the purpose and duration of access. The document emphasizes the sponsor's responsibility for the individual, including secure pass handling and compliance with security protocols. It is highlighted that all provided data is protected under the Privacy Act of 1974 and is strictly for processing criminal background checks. The memo serves as a formal guideline to ensure proper vetting for individuals seeking access to the base, thereby maintaining security protocols essential for military installations. This process ties into broader government RFP and grant frameworks by ensuring that contracted personnel meet safety and compliance standards necessary for operational integrity.
    The document outlines the implications of the REAL ID Act for accessing Shaw Air Force Base, emphasizing compliance with federal identification standards. As of May 7, 2025, all states and territories, or those with extensions, are compliant with REAL ID. Acceptable forms of identification include a variety of federally issued IDs such as U.S. passports, military IDs, and permanent resident cards, which must not bear restrictive federal identification language. Additionally, state-issued driver’s licenses or ID cards that meet REAL ID standards are acceptable. Native American Tribal IDs and foreign government passports are also recognized. The document serves to clarify the necessary identification requirements for individuals seeking access to federal facilities, aligning with broader compliance measures for federal security protocols. Users are encouraged to consult the provided DHS link for the most up-to-date information regarding state compliance status.
    The document outlines a comprehensive contract for the repair and replacement of base pavements and infrastructure under federal and local government RFPs. It specifies detailed cost estimates for various construction tasks including site work, earthwork, clearing and grubbing, erosion control, asphalt and concrete paving, and utility installations. The contract breaks down unit prices and quantities for each service, such as mobilization, back fill, excavation, and electrical components, detailing both immediate costs and projected expenses for subsequent option years. The primary purpose of this contract is to establish financial parameters for the execution of infrastructure repairs while ensuring adherence to necessary guidelines and facilitating efficient project management. The document also serves to invite bids or proposals from contractors, providing a clear structure and expectations for project delivery. As such, it encapsulates the essential framework for government procurement processes while ensuring fiscal accountability and project compliance within the defined scope of infrastructure development. This approach underscores the importance of transparency and precise budgeting in public sector contracts.
    The Department of the Air Force has issued a bid schedule for the FamCamp Expansion project, identified as VLSB 24-0019. The main objective is to solicit proposals for the construction of 14 additional RV sites, which will include all necessary utilities and adheres to the requirements outlined in the Statement of Work (SOW). Bidders are required to provide comprehensive plans, labor, materials, equipment, permits, and transportation as part of the proposal process. The total bid amount will be determined based on bidders' calculations, reflecting the complete scope of work outlined. This initiative demonstrates the Air Force's commitment to enhancing recreational facilities for its personnel, aligning with their support for military families. The document serves as an official solicitation to ensure compliance and selection of qualified contractors for this specific expansion project.
    The document outlines the proposed expansion of a Famcamp by the 20th Civil Engineer Squadron, detailing project specifications and construction requirements. It includes a comprehensive cover sheet, location maps, civil site plans, existing condition assessments, and various drawings related to grading, water and sewer systems, and erosion control measures. The document emphasizes compliance with the 2018 International Building Code and mandates strict adherence to safety regulations and construction methods. Key components include the installation of stabilized construction entrances, silt fences for erosion control, and specifications for electrical plans. It underscores the process for continuous inspection and maintenance of erosion control devices, ensuring they remain effective throughout construction to mitigate sediment runoff. Additionally, the document provides guidelines for handling construction debris and maintaining compliance with environmental standards. The document serves as a critical resource for contractors responding to the RFP, outline specific conditions and regulated practices necessary for project completion while also ensuring environmental protection and operational safety throughout construction phases. Overall, it reflects a detailed planning effort to support infrastructure development on military installations.
    The document outlines the Schedule of Material Submittals for a federal solicitation (F38604-99-1480) related to the FAMCAMP Expansion project, designated as project number VLSB 24-0019. It serves as a compliance checklist for the project engineer and contract administrator, specifying required submissions, deadlines, and approval statuses for various construction-related materials. Key items include the construction schedule, light pole specifications, Wi-Fi pole specifications, and asphalt mix design. Each entry details the type of submittal required, such as shop drawings and warranty documents, along with timelines for submission and contractor notifications. The structure emphasizes organized tracking of material compliance to ensure adherence to project requirements while facilitating clear communication between contracting and civil engineering departments. This systematic approach is essential for maintaining project timelines and meeting federal standards in construction execution.
    The document outlines wage determinations for building construction projects in Sumter County, South Carolina, particularly under the Davis-Bacon Act. Effective January 3, 2025, it establishes wage rates that contractors must adhere to, varying based on the Executive Orders applicable to different contracts. For contracts entered after January 30, 2022, a minimum wage of $17.75 per hour is required, while contracts awarded between January 1, 2015, and January 29, 2022, must comply with a minimum of $13.30 per hour. The document lists various labor classifications and corresponding wage rates, which include specific fringe benefits. Additionally, it details the processes for appeals regarding wage determinations and classifies wage rates based on union statuses. This information aims to ensure fair compensation for workers involved in federal construction projects while adhering to legislative requirements. Overall, the document emphasizes contractor responsibilities, worker protections, and the administrative processes associated with wage determinations, which are crucial for compliance in government contracts.
    The document outlines special clauses pertaining to construction contracts required by the federal government, emphasizing conditions for compliance and responsibilities of contractors under the Non-Appropriated Fund Instrumentalities (NAFIs). Key areas include the disclosure of project magnitude in designated price ranges, the necessity of displaying fraud hotline posters during contract performance, and the imposition of liquidated damages for delays. It mandates equal employment opportunities for individuals with disabilities and preferences for using domestic construction materials in line with the Buy American Act. Furthermore, it details the contractor's responsibility for technical accuracy in design and oversight during construction works, and outlines conditions for alterations in contracts. These clauses ensure that federal construction projects maintain high standards of integrity, legal compliance, and accountability while also supporting local economies and workforce inclusivity. The structured guidelines aid in streamlining the contracting process and fostering responsible project execution, which is crucial for both federal grants and local/state RFPs.
    The document outlines the Nonappropriated Fund Instrumentality (NAFI) standard clauses applicable to contracts, primarily within the Department of Defense. It defines key terms and roles, including Contracting Officer, Contractor, and Contracting Officer’s Representative, emphasizing that no appropriated funds will be disbursed under these contracts. The clauses cover legal status, claims, protests, and appeals, stipulating that disputes are handled under specific DoD directives. It mandates compliance with labor standards, advertising, insurance, and procurement integrity, with strict prohibitions against child labor and trafficking. Furthermore, contractors must provide proof of insurance, adhere to minimum wage laws for federal contractors, and follow guidelines regarding telecommunications equipment from designated companies. The document emphasizes the importance of certifications regarding child labor and prohibits items containing harmful chemicals. The structure includes sections on contract terms such as termination, changes, and payment processes, providing a comprehensive framework for contractors bidding on NAFI projects. This document serves to ensure compliance, ethical conduct, and clear responsibilities in federal contracting environments.
    The document outlines several non-appropriated fund standard clauses related to federal contracts, highlighting compliance requirements for contractors involved with the Department of Defense (DoD). Key clauses address prohibitions such as employing individuals convicted of fraud in relevant management positions, restrictions on using products and services associated with Kaspersky Lab and other entities linked to national security concerns. Furthermore, it includes stringent cybersecurity measures, mandating that contractors secure sensitive information and report any cyber incidents promptly. Additional clauses emphasize protecting against child labor and require adherence to equal opportunity labor standards, including those for veterans. The document underscores the legal and regulatory frameworks governing contractor responsibilities, aiming to ensure ethical practices, safeguard national security, and protect employee rights. These clauses are critical for contractors to understand as they outline expectations and legal obligations, ensuring that government funds are utilized responsibly and safely. The comprehensive nature of this document reflects the government's commitment to integrity in contracting, especially concerning sensitive information and vulnerable populations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Family Camp RV Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the Family Camp RV parking facilities at Shaw Air Force Base in South Carolina. The project involves the construction of 14 additional RV spaces, complete with necessary infrastructure such as an asphalt drive, electrical systems, and water and sewer connections, with an estimated project cost between $250,000 and $500,000. This initiative aims to enhance recreational facilities for military families, ensuring compliance with federal construction standards and environmental regulations throughout the project. Interested contractors must submit their bids by April 7, 2025, and can direct inquiries to Darrel Ford at darrel.ford.3@us.af.mil or by phone at 803-895-5381.
    Construct (10 each) Shade Structures at Goodfellow AFB FAM-CAMP
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction of ten steel-framed shade structures at the Goodfellow Air Force Base Recreation Camp in Texas. The project aims to enhance outdoor facilities and is estimated to have a total value between $100,000 and $150,000, with a completion timeline of 150 calendar days following the Notice to Proceed. Interested contractors must adhere to federal acquisition regulations, maintain compliance with labor standards, and ensure environmental sustainability throughout the construction process. For further inquiries, potential bidders can contact Sarah Sasseen at sarah.sasseen@us.af.mil or K. Shane Dunlap at kendol.dunlap@us.af.mil, with proposals due following a mandatory site visit.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This project, designated under solicitation number FA441825R0002, involves significant construction activities, including the demolition and remodeling of existing structures, with an estimated contract value between $5 million and $10 million. The work is crucial for maintaining operational readiness and safety at the base, with a construction timeline set to commence on September 1, 2025, and conclude by September 3, 2026, followed by a 30-day closeout period. Interested contractors, particularly those classified as HUBZone businesses, must submit sealed proposals and adhere to federal wage standards as outlined in the accompanying wage determination documents. For further inquiries, potential bidders can contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil.
    B1904 Repair ADA Compliant Doors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of ADA compliant doors at Building 1904, Shaw Air Force Base, South Carolina. The project involves replacing two exterior doors to ensure compliance with accessibility standards, requiring contractors to provide all necessary planning, labor, materials, and equipment, with a completion timeline of 120 calendar days from the notice to proceed. This initiative underscores the government's commitment to maintaining facilities that meet ADA regulations and enhance accessibility for all users. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit sealed bids by the specified deadline, with a project value estimated at less than $25,000. For further inquiries, contractors can contact Tariq Ellis at tariq.ellis@us.af.mil or SSgt Christon Reed at christon.reed@us.af.mil.
    Grease Trap Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide grease trap cleaning services at Shaw Air Force Base (AFB) in South Carolina. The procurement involves comprehensive maintenance of grease traps, including monthly pumping, cleaning, and proper disposal of waste, with adherence to environmental regulations and security protocols. This contract, valued at approximately $75 million, is set for a multi-year period from May 2025 to March 2026, with options extending to March 2030, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested parties should contact Joshua Jia at joshua.jia@us.af.mil or Joseph A. Nemedy at joseph.nemedy.1@us.af.mil for further details and to ensure compliance with the bid submission requirements.
    Convert B452 Wash Rack into 4-bay T-7A Hangar
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the conversion of the B452 Wash Rack into a new 4-bay T-7A hangar at Columbus Air Force Base in Mississippi. This project, identified as Project Number EEPZ197007, requires the contractor to manage all aspects of construction, including labor, materials, and compliance with safety and environmental standards, with a performance period of 548 days. The estimated construction magnitude is between $5 million and $10 million, and interested small businesses must submit their responses by March 6, 2025, including relevant qualifications and experience. For further inquiries, interested parties can contact Daniel Stilts at daniel.stilts@us.af.mil or call 662-434-3740.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the F-35 Combined Weapons Facility (CWF) at the Jacksonville Air National Guard base in Florida. This project, set aside exclusively for small businesses, aims to enhance military capabilities by constructing a facility that includes a Weapons Loading Training Hangar and Weapons Release Systems Shop, with an estimated contract value between $10 million and $25 million. The procurement process emphasizes compliance with federal regulations and requires bidders to submit detailed proposals, including specific documentation and a bid guarantee, by March 20, 2025. Interested contractors should direct inquiries to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405, and must attend a mandatory pre-bid conference and site visit scheduled for February 26, 2025.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.
    2025 JBLE Air Show-Port-A-Johns
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide restroom facilities for the 2025 JBLE Air Show at Langley Air Force Base in Virginia. The procurement involves renting Port-A-Potties, latrine trailers, and handwashing stations, with responsibilities including delivery, setup, and removal of these facilities, while ensuring compliance with safety regulations and maintaining the integrity of the airfield. This service is crucial for enhancing attendee comfort and safety during the event scheduled for April 24-27, 2025. Interested vendors must submit their proposals via email by March 3, 2025, and can contact Aaron Edgell at aaron.edgell@us.af.mil for further information.
    Repair Drainage and Outfalls
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is issuing a Request for Proposal (RFP) for the Repair Drainage and Outfalls project at Malmstrom Air Force Base in Montana. This firm fixed-price contract aims to replace and repair storm drainage facilities, requiring contractors to supply all necessary personnel, equipment, and materials to fulfill the project specifications. The initiative is crucial for maintaining infrastructure integrity and environmental compliance, with an estimated contract value between $1 million and $5 million, set aside for total small businesses. The RFP is expected to be released on or after March 10, 2025, with a closing date around April 11, 2025, and a performance period of 180 days following the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.