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
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 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.
    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.
    OFFICE TRAILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an office trailer to be delivered and installed at Tinker Air Force Base in Oklahoma. The trailer must meet specific requirements outlined in the Statement of Work, including dimensions not exceeding 65 feet by 30 feet, a four-room layout, plumbing with two bathrooms and a kitchenette, electrical specifications including a 100-amp service, and comprehensive safety features. This procurement is critical for providing functional office space at the base, and quotes are due by October 29, 2025, at 3:00 PM CDT. Interested parties should contact Bridgette Miles or Katherine Galgano via email for further details and must be registered in SAM to submit their proposals.
    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 B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.
    Maxwell AFB - Airfield Repairs - Amendment 0003
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for further project insights.
    MATOC WORK PLAN EXPANSION OF DOORSTOP PARKING APRON ON OSAN AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the MATOC Work Plan to expand the Doorstop Parking Apron at Osan Air Base. This project involves the repair or alteration of airfield structures, with a focus on enhancing operational capabilities at the base. The estimated contract value ranges from $1,000,000 to $5,000,000, and interested contractors are encouraged to attend a site visit on December 30, 2025, at 0930 hours. Proposals must be submitted by 1000 hours on the closing date of the RFP, and inquiries can be directed to Liam Smith at liam.d.smith2.mil@army.mil or Dong Kim at dong.h.kim49.mil@army.mil.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.