B1904 Repair ADA Compliant Doors
ID: FA480325R0014Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for the Repair of ADA Compliant Doors at Building 1904, designated as project VLSB 25-0013. The project involves replacing two exterior doors, which includes relocating a light switch, installing new metal doors and frames, standard hardware, metal thresholds, and ensuring the area is cleaned post-installation. The contractor must adhere to various federal and state standards, managing hazardous waste properly and ensuring minimal disruption to base operations during the work. A one-year warranty is required for materials and workmanship. Contractors are responsible for all necessary management, equipment, and permits. Documentation of existing conditions, performance reports, and daily updates are mandated, with coordination for utility outages crucial. The absence of asbestos or lead-based paint in the work area is confirmed. This project highlights the government's commitment to maintaining ADA compliance across its facilities while ensuring operational standards are met.
    The document outlines a request for proposals (RFP) related to the repair of ADA-compliant doors under project B1904. It involves the assessment and repair of various structural elements, with a focus on enhancing accessibility in compliance with the Americans with Disabilities Act (ADA). The document appears to reference specific areas within the jurisdiction, such as airfield surfaces, ammunition storage, and other outlined features necessary for safe operations. It includes technical specifications and measurements, indicating a detailed attention to accuracy in the repairs. The final deadline for submission or completion of these tasks is noted as December 9, 2024. The content suggests a structured approach to ensuring that facilities meet legal accessibility standards while maintaining safety and operational integrity across varied infrastructure components.
    The document outlines the wage determination for building construction projects in Sumter County, South Carolina, under the Davis-Bacon Act. It stipulates minimum wage rates based on the executive orders applicable to federally funded contracts. For contracts starting or renewed after January 30, 2022, the minimum wage is $17.75 per hour unless a higher rate is mandated. Contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour if not renewed. Various labor classifications with specific wage rates and fringe benefits are detailed, including wages for electricians, pipefitters, and laborers. The document emphasizes contractor obligations regarding employee rights, including paid sick leave established under Executive Order 13706. Procedures for appealing wage determination decisions are also outlined, specifying how affected parties can seek review through the U.S. Department of Labor. The content serves as a comprehensive guide to wage compliance for government contracting in construction, establishing essential labor standards for fair compensation in federally funded projects.
    The document provides a Schedule of Material Submittals for a project involving the installation of ADA-compliant doors and hardware, referenced under Solicitation No. F38604-99-1480. It outlines the submittal requirements, including shop drawings, samples, color selections, manufacturer recommendations, warranties, catalog data, and operating instructions. The table specifies the items to be submitted, corresponding required submission dates, and various approval stages (approved or disapproved) by the project engineer and contract administrator. The contractor is expected to provide compliance documentation and other materials timely, with specific deadlines, particularly within one week of the Notice to Proceed (NTP) for the construction schedule. Additionally, it highlights the necessary communication between contractors and civil engineering teams for efficient project management. This document serves to ensure that all materials meet the project specifications and are approved before use in compliance with federal regulations.
    The Department of the Air Force issued a bid schedule for the repair of accessibility-compliant exterior doors at Building 1904, labeled as VLSB 25-0013. The main objective of this Request for Proposals (RFP) is to solicit contractors to provide comprehensive services, including planning, labor, materials, equipment, permits, and transportation for replacing two specified doors. All proposed actions must align with the contract documents, particularly the stated requirements in the Statement of Work. Interested bidders are required to submit a total bid amount alongside their proposals, reflecting the financial aspect of the project. This RFP underlines the commitment of the Air Force to maintain compliance with accessibility standards while upgrading facility infrastructure. The document's structure emphasizes project details and bidding requirements, essential for interested contractors to evaluate and respond accordingly.
    The memorandum from the 20th Contracting Squadron at Shaw Air Force Base concerns Amendment 001 to Solicitation FA480325R0014 related to the repair of ADA compliant doors. This amendment, issued on February 21, 2025, updates the original solicitation from February 13, 2025. Key changes include the provision of Solicitation Document and SF 30 Document on SAM.gov, rescheduling the site visit for February 26, 2025, and updating the solicitation description with relevant site visit information. The amendment emphasizes that all other solicitation information remains unchanged and underscores the importance of acknowledging this amendment in proposals, as failure to do so may render submissions nonresponsive. Additionally, interested parties are directed to contact the Contracting Specialist and Contracting Officer for any queries. This document crucially facilitates clear communication about project requirements and ensures compliance within the bidding process.
    The government document outlines a solicitation for construction work at Shaw Air Force Base, specifically to replace two exterior doors at Building 1904 to ensure ADA compliance. The project, titled "Repair ADA Compliant Doors," requires the contractor to provide all necessary planning, labor, equipment, and materials. It falls under a federal contract with an estimated value of less than $25,000, as per FAR 36.204 (a). The solicitation emphasizes the completion of work within 120 calendar days following the notice to proceed. Contractors must submit sealed bids, which will be publicly opened, and are required to furnish performance and payment bonds. The document specifies requirements around bids, including the need for a guarantee and compliance with work standards. It includes extensive clauses regarding contract administration, payment procedures, and conditions for subcontractors. The overarching aim is to ensure compliance with federal procurement laws while facilitating efficient and effective rehabilitation of government property, enhancing accessibility for all users. This effort demonstrates the government’s commitment to maintaining facilities that meet prevailing standards and regulations.
    The document amends the solicitation FA480325R0014, originally dated 13 February 2025. Its primary purpose is to update the solicitation details posted on SAM.gov, reschedule a site visit to 26 February 2025 at 0900, and provide necessary contact information for access requests. Specific instructions are included for recognizing the amendment within offers, noting the importance of acknowledgment prior to the specified deadline to avoid rejection. The amendment reiterates that all terms and conditions from the previous solicitation remain active, while making updates to Section L regarding site visit clauses. Key points highlight contractor responsibilities to inspect the work site and include critical communication contacts for inquiries. This amendment situates itself within government procurement processes, serving to clarify procedural steps for contractors participating in federal solicitations.
    Lifecycle
    Title
    Type
    Solicitation
    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 entails the construction of 14 additional RV spaces, complete with necessary infrastructure such as an asphalt drive, electrical systems, and water and sewer connections, all while adhering to federal construction standards and environmental regulations. This initiative aims to enhance recreational facilities for military families, reflecting the government's commitment to improving quality of life for service members. Interested contractors should note that bids are due by April 7, 2025, with an estimated project cost between $250,000 and $500,000. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or by phone at 803-895-5381.
    Family Camp Recreational Vehicle Parking Expansion
    Buyer not available
    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.
    Automatic Door Modification Service
    Buyer not available
    The Department of Defense, specifically the Naval Support Activity Crane, is seeking qualified contractors for the Automatic Door Modification Service project, which involves the procurement and installation of automatic door operators at Building 2036 in Crane, Indiana. The project aims to enhance accessibility in compliance with the Americans with Disabilities Act (ADA) and Equal Employment Opportunity (EEO) regulations, including necessary repairs to existing concrete structures and the installation of new automatic door controls on designated doors. This initiative underscores the federal government's commitment to improving infrastructure accessibility and safety within its facilities. The total award amount for this contract is approximately $47 million, with a target due date for offers set for February 17, 2025, and a required completion date of March 31, 2025. Interested parties can contact Kelly Kapanzhi or Kacey Jones at kacey.l.jones5.civ@us.navy.mil for further information.
    B1947 Install Outlets
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of four 120V electrical outlets in the Distribution Room FMGRSR02 at Shaw Air Force Base, South Carolina. The project requires comprehensive management, equipment, labor, and adherence to electrical codes, including the addition of breakers to an existing electrical panel and proper conduit installation. This opportunity is part of a broader initiative to enhance electrical infrastructure at military facilities, ensuring compliance with safety standards and operational efficiency. Interested parties must respond to the Sources Sought Notice by February 28, 2025, providing a capability statement and relevant corporate information to SSgt Christon Reed at christon.reed@us.af.mil or Tariq Ellis at tariq.ellis@us.af.mil.
    Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a federal contract focused on barrier maintenance services at Hurlburt Field, Florida. The contractor will be responsible for the preventive maintenance, inspections, and minor repairs of Air Force vehicle barrier systems, ensuring compliance with federal, state, and local regulations while maintaining a performance threshold of 96% operational readiness. This contract, set aside for small businesses, particularly Women-Owned Small Businesses, has an acquisition ceiling of $25 million and requires submissions by February 28, 2025, following a mandatory site visit on February 6, 2025. Interested parties can reach out to Peyton Cole at peyton.cole@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil for further details.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    B825 Chiller and Boiler Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B825 Chiller and Boiler Repair project at Shaw Air Force Base in South Carolina. The project involves the demolition of outdated chillers and a boiler, followed by the installation of new government-furnished equipment, with a total duration of approximately 126 calendar days. This initiative is critical for maintaining operational efficiency at the Base Defense Operations Center and requires compliance with various federal, state, and local construction standards, as well as environmental regulations. Interested contractors, particularly small businesses, should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details and to ensure adherence to the outlined requirements.
    Fire Door Replacement
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for the installation and replacement of fire doors at its facility in Washington, DC. The project requires compliance with NFPA 80 standards and mandates that the contractor provide all necessary labor, materials, and equipment to ensure the installation meets stringent safety requirements, including features such as self-closers and smoke seals. This procurement is crucial for enhancing workplace safety and ensuring compliance with federal regulations. Proposals are due by March 21, 2025, and the solicitation is set aside for women-owned small businesses (WOSB) and economically disadvantaged women-owned small businesses (EDWOSB). Interested parties should direct inquiries to Troy D. White at twhite@gpo.gov or Michaela Hendley at mhendley@gpo.gov.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, through 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 federal contract, designated for Historically Underutilized Business (HUBZone) participation, involves significant construction work estimated between $5 million and $10 million, with a project timeline commencing on September 1, 2025, and concluding by September 3, 2026, followed by a 30-day closeout period. The project is critical for maintaining operational readiness and safety at the base, requiring compliance with federal wage standards and safety regulations throughout the construction process. Interested contractors should contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil for further details, and must submit their proposals in accordance with the solicitation requirements by the specified deadlines.
    Door Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking a contractor for the replacement of the RF Shielded Chamber door operator in Building 1530. The selected contractor, Braden Shielding Systems, LLC, will be responsible for supplying all necessary materials, hardware, and labor to complete the project, which is expected to last six months. This procurement is critical for maintaining operational integrity and security within the facility, as the RF Shielded Chamber is essential for various defense-related activities. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882 for further information.