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
  1. 1
    Posted Jan 27, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 30, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 6:00 PM UTC
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
Jan 30, 2025, 6:05 PM UTC
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.
Jan 30, 2025, 6:05 PM UTC
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.
Jan 30, 2025, 6:05 PM UTC
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.
Jan 30, 2025, 6:05 PM UTC
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.
Jan 30, 2025, 6:05 PM UTC
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.
Jan 30, 2025, 6:05 PM UTC
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.
Jan 30, 2025, 6:05 PM UTC
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.
Jan 30, 2025, 6:05 PM UTC
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.
Jan 30, 2025, 6:05 PM UTC
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
Presolicitation
Similar Opportunities
B922 Canopy Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of the entrance to Building 922, known as the Carolina Skies Club, located at Shaw Air Force Base in South Carolina. The project entails the demolition of the existing canopy and the installation of a new pre-engineered metal canopy, along with the construction of an accessibility ramp that meets ASCE 7-10 and Architectural Barriers Act standards, and includes electrical work for LED lighting and power distribution. This initiative is part of a broader effort to enhance public infrastructure and ensure compliance with safety and accessibility standards. Interested vendors must submit their capabilities statements and past performance examples by April 18, 2025, with the anticipated solicitation release date around May 6, 2025. For further inquiries, contact Gregory Cooke at gregory.cooke@us.af.mil or 803-895-9119.
Repair Valves/Hydrants Base Wide
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair of Valves and Hydrants Base Wide project at Shaw Air Force Base in South Carolina. The project involves upgrading twenty-nine fire hydrants, including the removal of old hydrants, installation of new models with isolation valves, and compliance with fire safety codes, all within a timeline of 111 calendar days post-notice to proceed. This initiative is crucial for maintaining fire safety infrastructure and ensuring operational readiness at the base. Interested small businesses must submit their bids by May 12, 2025, at 2:00 PM EST, and can direct inquiries to SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822.
126th HQ Parking Spaces
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of additional parking spaces at the 126th Air Refueling Wing located at Scott Air Force Base in Illinois. The project involves the construction of four new parking stalls and an ADA-compliant ramp, with an estimated cost between $25,000 and $100,000. This procurement is a Total Small Business Set-Aside, emphasizing the importance of using domestic materials and adhering to federal regulations throughout the construction process. Interested contractors must submit sealed offers by April 28, 2025, and are encouraged to participate in a formal site visit scheduled for April 9, 2025. For inquiries, contact MSgt Benjamin James at benjamin.james.1@us.af.mil or MSgt Jonathan Middleton at jonathan.middleton.5@us.af.mil.
Keesler FamCamp Repair/Renovation Project
Buyer not available
The Department of Defense, specifically the Air Force, is seeking qualified general contractors for the Keesler FamCamp Repair/Renovation Project located in Biloxi, Mississippi. This project involves the repair and renovation of an existing RV facility, with a design-bid-build approach and 100% design already completed. The government is conducting this Sources Sought Notice to gather information on potential contractors' capabilities and past performance, particularly those who have completed similar projects valued between $1 million and $5 million within the last three years. Interested contractors must submit their capability statements, including a Past Performance Questionnaire, by 4:00 PM Central Standard Time on April 17, 2025, via email to Jamal Jefferson at jamal.jefferson@us.af.mil, with the subject line "Keesler AFB FamCamp Sources Sought Response." This opportunity is funded through nonappropriated funds, generated by military community activities, and does not involve federal tax dollars.
Replace Fire Hydrants
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to replace twenty-nine (29) fire hydrants at Shaw Air Force Base in South Carolina. This procurement aims to ensure the safety and operational readiness of the base by upgrading essential fire protection infrastructure. The contract will be a firm-fixed price and is set aside entirely for small businesses, with a NAICS code of 236220 for Commercial and Institutional Building Construction, and a small business size standard of $45 million. Interested parties should note that the solicitation package will be available for download around April 14, 2025, and all inquiries should reference solicitation FA480325RO002. For further information, contact SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822, or 2d Lt Mallory Cary at mallory.cary@us.af.mil or 803-895-5344.
NDI Lab Pen Line B1510
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the NDI Lab Pen Line B1510 project at Shaw Air Force Base in South Carolina. This procurement involves the removal of existing wiring and the installation of new, code-compliant electrical wiring for new equipment, with a performance period of 14 calendar days following the Notice to Proceed. The project is crucial for maintaining operational efficiency and safety within the military installation, and it is set aside for small businesses under NAICS code 238210, with a budget of less than $25,000. Interested contractors must attend a mandatory site visit on April 16, 2025, and submit their bids by April 24, 2025; for further inquiries, they can contact Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822.
Well 3 & Well 5 Repair w/SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Well 3 and Well 5 at Shaw Air Force Base, incorporating SCADA automation systems. The project entails the installation of process equipment, control systems, and remote SCADA access, with a focus on compliance with various industry standards, including ANSI and AWWA. This initiative is crucial for modernizing water supply facilities and ensuring operational efficiency and safety at the base. The estimated contract value ranges from $500,000 to $1,000,000, with proposals due by May 20, 2025, and a site visit scheduled for April 18, 2025. Interested contractors can reach out to Darrel Ford at darrel.ford.3@us.af.mil or Felix Prose at felix.prose@us.af.mil for further inquiries.
B1998, 1999 & 2002 Furniture Installation Service
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for furniture installation services at Shaw Air Force Base, focusing on Buildings 1998, 1999, and 2002. The project entails the removal of existing furniture, installation of new workstations, and adherence to specific configurations and safety regulations, with a priority on completing the installation in Building 2002 first. This procurement is particularly aimed at engaging small businesses, including Women-Owned Small Businesses, to enhance workspace efficiency while complying with federal contracting standards. Interested contractors must submit their quotes by May 5, 2025, and are encouraged to attend a site visit on April 14, 2025, with all inquiries directed to the designated government contacts, Mar Rodriguez and Joseph A. Nemedy.
Dyess Airfield Paving
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in a Sources Sought notice for an Airfield Paving contract at Dyess Air Force Base (AFB) in Texas. The project involves various repairs and potential reconstruction of airfield pavements, including tasks such as concrete slab removal and replacement, spall repair, joint sealant replacement, and pavement markings, all in accordance with established plans and specifications. This opportunity is crucial for maintaining the operational integrity of the airfield, and interested vendors must respond with detailed capability statements by 1400 CST on April 16, 2025, to the primary contacts, Sydney Fontenot and Brandon Gilbert, via their provided email addresses. The contract is set aside for small businesses under NAICS code 237310, with a size standard of $45 million.
B1118 SAPR Office Wall and Door
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction of a privacy wall and glass door installation for the SAPR Office at Shaw Air Force Base in South Carolina. This project, designated as B1118, requires contractors to provide all necessary management, labor, materials, and equipment to complete the work, which includes demolishing existing materials, constructing a soundproof wall, and installing a glass door with a cypher lock, all while adhering to various building codes and safety standards. The total construction value is estimated to be below $25,000, and the project is set aside for small businesses under NAICS code 236220. Interested contractors must submit their proposals by May 7, 2025, and are encouraged to attend a site visit scheduled for April 14, 2025, with prior access arrangements required. For further inquiries, contact Contract Specialist SSgt Christon Reed at christon.reed@us.af.mil or Contracting Officer Ms. Zelda Williams at moore.williams.1@us.af.mil.