A&E Services Add_Repair Fire Station F140 at Vance AFB, Oklahoma
ID: XTLF21-1035Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

Architectural, Engineering, and Related Services (5413)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineering firms to provide services for the renovation of the Combination Fire Station F140 at Vance Air Force Base in Oklahoma. The project entails comprehensive renovations, including site improvements, structural modifications, and updates to HVAC, plumbing, and electrical systems, all while ensuring compliance with sustainability guidelines set forth by the Department of Defense. This initiative is crucial for modernizing military infrastructure to meet current operational standards and safety requirements. Interested firms must submit their qualifications via the SF330 form by February 6, 2025, with the anticipated contract award scheduled for March 2025 and design completion expected by March 2026. For further inquiries, contact Shari Lamunyon at shari.lamunyon.ctr@us.af.mil or by phone at 580-213-7176.

Point(s) of Contact
Shari Lamunyon
(580) 213-7176
(580) 213-6047
shari.lamunyon.ctr@us.af.mil
Betty S. Kliewer
(580) 213-7582
(580) 213-6047
betty.kliewer.ctr@us.af.mil
Files
Title
Posted
Jan 2, 2025, 9:12 PM UTC
The Annual Commercial Products & Services Representations and Certifications form (PR-TMP-01) established by ASRC Federal outlines mandatory compliance requirements for companies bidding on contracts funded by U.S. Government contracts. It emphasizes the necessity for offerors to complete various representations and certifications to confirm their eligibility and adherence to federal guidelines. Key sections include executive compensation reporting based on the Federal Funding Accountability and Transparency Act, and certifications regarding lobbying payments, debarment, and ownership by foreign governments or terrorist countries. Offerors must provide their legal business name and SAM Unique Entity ID and indicate whether they have exceeded specific revenue thresholds from federal contracts. The document details requirements for disclosing executive compensation, potential debarment status, compliance with equal opportunity laws, and the nature of telecommunications products provided. Failure to comply with these certifications can result in non-responsiveness and disqualification from contract awards. Overall, the document serves to maintain integrity and transparency within federal procurement processes, ensuring that suppliers are accountable under various federal regulations.
The document outlines the General Provisions and FAR Flowdown Provisions for a contract involving ASRC Federal Holding Company and its subsidiaries with a seller. It stipulates the essential terms and conditions governing the contractual relationship, including definitions, compliance with applicable laws, assignment and subcontracting processes, changes in the contract scope, and inspection and acceptance protocols. Furthermore, it emphasizes confidentiality of both parties' information and outlines insurance requirements, intellectual property rights, warranties, and indemnification agreements. The second section incorporates relevant FAR, DFARS, and other agency clauses that must flow down to the seller, establishing compliance with various government regulations and standard practices. The overarching purpose of the document is to ensure clarity and legality in transactions related to government contracts, as well as to protect the interests of both the buyer and the seller. This structure aims to facilitate adherence to federal regulations while maintaining an efficient framework for contract management within the context of government RFPs and grants.
The document outlines the minimum insurance requirements that vendors must adhere to during a Supply Agreement with ASRC Company. Vendors are required to maintain various types of insurance, including Commercial General Liability (CGL) with specified limits, Business Auto Liability, Workers’ Compensation, and Employer’s Liability Insurance, among others. It also mandates Umbrella or Excess Liability insurance and, if applicable, Contractor’s Pollution Liability coverage. Specific provisions include the requirement for additional insured status for ASRC, waiving of subrogation rights, and maintaining insurance as primary and non-contributory. The policy coverage must be in compliance with state regulations, and vendors must provide a certificate of insurance before commencing work. This document plays a critical role in establishing liability protections, ensuring vendors are financially capable of addressing any claims that arise due to their services, and aligns with the protective measures often included in government RFPs and grants to safeguard public and organizational interests.
Jan 2, 2025, 9:12 PM UTC
The document is a comment/question form related to the A&E Project #XTLF 21-1035, which pertains to the addition and repair of Fire Station F170. It outlines a process for stakeholders to submit questions, which will then be reviewed by the contracting office and subject matter experts (SMEs). The responses to these inquiries will be provided in accordance with a specified Q&A schedule detailed in the Summary Description of the project. The form emphasizes transparency and engagement during the inquiry process, ensuring that all submitted questions and answers are documented for reference. This approach aligns with common practices in government Requests for Proposals (RFPs), where clarity and communication are essential for successful project execution.
Jan 2, 2025, 9:12 PM UTC
ASRC Federal Field Services is seeking firms for a firm-fixed-price contract to provide architect-engineering (A-E) services for the renovation of the Combination Fire Station F140 at Vance AFB, Oklahoma. This procurement aligns with the Brooks Act, emphasizing the selection of qualified firms based on technical competence, experience, and qualifications. The project involves comprehensive renovations including structural modifications, site improvements, and updates to HVAC, plumbing, and electrical systems. Sustainability compliance with DoD guiding principles is required, alongside the provision of cost estimates exceeding $10 million. Interested firms must submit an SF330 qualifications package, with selection criteria focused on specialized experience, professional personnel qualifications, past performance, project completion capacity, and local knowledge. The anticipated contract award is in March 2025, with design completion expected by March 2026. Responses must adhere to submission guidelines, and the selection process includes independent evaluations, interviews, and consensus ranking. This initiative underscores the military's commitment to modernizing critical infrastructure while maintaining operational integrity and compliance with federal regulations.
Jan 2, 2025, 9:12 PM UTC
The Vendor Authorization Request from ASRC Federal outlines the process for businesses, especially those with qualified SBA certifications, to participate in government contracts. It emphasizes inclusion for various categories such as Certified Small Businesses, Woman-Owned Small Businesses, and Veteran-Owned Businesses. The document requests comprehensive vendor information, including contact details, taxpayer identification, and business classification under NAICS codes. It specifies the necessity of a signed IRS Form W-9 for new vendors and details payment terms (Net 45 for large businesses and Net 30 for small). Furthermore, it warns against misrepresenting business status, which can lead to penalties from the U.S. government. The document also covers the Electronic Funds Transfer Authorization Agreement, requiring accurate banking information and supporting documentation for payment processing. This submission is vital for compliance with federal contracting guidelines and ensuring proper vendor setup, underscoring the commitment to promoting small and disadvantaged businesses in federal contracting opportunities.
Jan 2, 2025, 9:12 PM UTC
The W-9 Form (Rev. March 2024) serves as a request for taxpayer identification number (TIN) and certification for individuals or entities providing information to the IRS. It requires filers to provide their name, business name (if applicable), and federal tax classification, checking appropriate boxes for entities like sole proprietorship, partnership, or corporation. Key components include exempt payee codes and TIN information, which is vital to avoid backup withholding—a tax on reportable payments that could be triggered if no TIN is provided or if the IRS indicates incorrect information. The purpose of the form is clear: it collects necessary identification details for U.S. taxpayers to ensure accurate reporting on various IRS forms, including the 1099 series. Users of the form must understand the implications of FATCA (Foreign Account Tax Compliance Act) for certain foreign financial interactions and the requirements to update information when payee status changes. The document emphasizes fraud protection, including identity theft protocols, and outlines penalties for inaccurate submissions. Overall, the W-9 form is essential for tax compliance and reporting transparency in federal and state/local financial transactions.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
PNQS 20-1056 A&E Renovate Building1056, Maxwell AFB (Sources Sought)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide services for the renovation of Building 1056 at Maxwell Air Force Base in Montgomery, Alabama. The selected firm will be responsible for comprehensive design work, including construction drawings, specifications, and cost estimates, with a focus on repairing the roof and doors, upgrading HVAC systems, and ensuring compliance with building codes. This opportunity is crucial for maintaining and enhancing the operational capabilities of Maxwell AFB, and the project must be completed within 220 days after the Notice to Proceed, with specific milestones for design documentation. Interested parties are required to submit their qualifications and relevant information to the primary contacts, MSgt Jeremy Clark and Mr. Eldrae A. Perdue, by 3:00 p.m. central time on April 24, 2025.
TINKER AFB MAC BOA WWYK240149 RENOVATE NE AREA OF SOUTH PROJECT, B3
Buyer not available
The Department of Defense, through the Air Force, is soliciting proposals from qualified contractors for the renovation of the northeast area of Building 3 at Tinker Air Force Base in Oklahoma, designated as project WWYK240149. The project entails extensive upgrades, including the repair and replacement of HVAC systems, reconfiguration of lighting and electrical feeds, installation of fire alarm devices, and enhancements to flooring and wall structures to accommodate new systems furniture layouts. This renovation is crucial for modernizing the facilities to meet current operational standards and safety regulations, ensuring compliance with federal guidelines throughout the construction process. Interested contractors, particularly those holding a MAC BOA, must submit their proposals by April 21, 2025, and are encouraged to contact Eric Owens at eric.owens.8@us.af.mil or Stephen Palmer at stephen.palmer@us.af.mil for further details regarding the solicitation and project requirements.
TINKER AFB MAC BOA WWYK250031 - Repair B62528
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals from qualified contractors for the Repair B62528 project at Tinker Air Force Base in Oklahoma. This project involves extensive demolition and upgrades to various structural, mechanical, and electrical systems within Building 62528, including the replacement of deteriorated materials, installation of a new chemical containment tank, and modifications to HVAC systems to enhance energy efficiency, all in compliance with applicable building codes and safety standards. The total construction project is estimated to fall within the $1,000,000 to $5,000,000 range, with a mandatory initial site visit scheduled for April 24, 2025, for interested MAC BOA holders, who must RSVP by April 18, 2025. For further inquiries, interested parties can contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
Buyer not available
The Department of Defense is seeking qualified architect-engineer firms to provide services for the renovation of Hangar 225 at Hill Air Force Base in Utah. The project involves a site visit scheduled for April 23, 2025, where firms can gain insights into the design requirements and expectations associated with solicitation number FA8903-25-R-0009. This opportunity is particularly significant as it pertains to the construction of airfield structures, which are vital for maintaining operational readiness and safety at military installations. Interested firms must RSVP by April 16, 2025, and are required to bring personal protective equipment for the site visit; for further inquiries, they can contact Laura Koog or Brindle Summers via email.
TINKER AFB MAC BOA WWYK200132, Renovate Restrooms - B2121, Posts C7, 2C7, B19, and 2B19
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals from qualified contractors for the renovation of restroom facilities at Tinker Air Force Base in Oklahoma, specifically under project WWYK200132. The project aims to upgrade men's and women's restrooms, showers, and janitor closets within Building 2121, ensuring compliance with current safety and accessibility standards. This renovation is crucial for enhancing the working conditions for military personnel and maintaining operational efficiency at the base. Interested contractors who are current MAC BOA holders must submit their proposals by May 16, 2025, following an initial site visit, and can contact TSgt Tayla Begnaud at tayla.begnaud@us.af.mil or Brent Rockow at brent.rockow.1@us.af.mil for further information.
100% Design, B501 Mission Planning Cell
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small business contractors to provide architectural and engineering services for the 100% design of the B501 Mission Planning Cell at Dover Air Force Base in Delaware. The project requires comprehensive design and construction documentation, including architectural plans, upgrades to HVAC, electrical, and communication systems, and adherence to military standards and codes. This procurement is crucial for enhancing operational capabilities and ensuring compliance with federal regulations, with a contract value estimated between $500,000 and $1 million and a performance period of 330 calendar days. Interested parties must submit their proposals electronically by Noon EST on April 30, 2025, and can direct inquiries to Princess Rivera at princess.rivera.1@us.af.mil or Anna George at anna.george.2@us.af.mil.
SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
Buyer not available
The Department of Defense is seeking qualified architect-engineer firms to provide services for the renovation of Hangar 225 at Hill Air Force Base in Utah. The procurement involves a Total Small Business Set-Aside for architect-engineer services under NAICS code 541330, focusing on the construction of other airfield structures. This project is critical for maintaining and upgrading military infrastructure, ensuring operational readiness and safety. Interested firms should contact Laura Koog at laura.koog@us.af.mil or Brindle Summers at brindle.summers@us.af.mil for further details, as the presolicitation notice indicates the importance of timely submissions and qualifications.
A&E 35% Design to Repair Air Terminal Facility B1212
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide 35% design services for the repair of the Air Terminal Facility B1212 at Dover Air Force Base in Delaware. The objective of this procurement is to engage a firm that can deliver engineering services as part of a total small business set-aside initiative, ensuring that the project meets the necessary standards and requirements for military facilities. This opportunity is critical for maintaining the operational readiness and safety of the air terminal facility, which plays a vital role in supporting air operations. Interested firms should reach out to Theresa Stauffer at theresa.stauffer.1@us.af.mil or call 302-677-5210 for further details, while Anna George is also available at anna.george.2@us.af.mil or 302-677-4969 for additional inquiries.
Maxwell AFB - PNQS 25-4516 Demo Building 1450 & Reno Building 1033 - A&E - Sources Sought
Buyer not available
The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking qualified architect-engineer firms to provide services for the demolition of Building 1450 and the renovation of Building 1033. The selected firm will be responsible for comprehensive design tasks, including the preparation of construction drawings, specifications, and cost estimates, while ensuring compliance with federal standards and regulations. This opportunity is crucial for maintaining and upgrading military infrastructure, with a performance period of 90 days from the Notice to Proceed. Interested firms must respond by 3:00 p.m. CT on April 25, 2025, providing their company details, SAM registration, relevant experience, and contact information to Kemeshia Smith at kemeshia.smith@us.af.mil, SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and Mr. Eldrae Perdue at eldrae.perdue@us.af.mil.
SXHT 23-1030 Repair HVAC B535
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm Fixed-Price Construction Contract to repair the HVAC system at Building 535, located at Patrick Space Force Base in Florida. This project, designated as SXHT 23-1030, involves significant tasks such as the removal and replacement of air handlers, installation of return ducts, and improvements in humidity control, all while adhering to Florida Building Codes and specific Army Air Force regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project value between $1 million and $5 million, contingent upon the availability of appropriated funds. Interested contractors must submit their bids by April 23, 2025, with a mandatory site visit scheduled for March 31, 2025, and can direct inquiries to Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.