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
    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
    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.
    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.
    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.
    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.
    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
    A&E Design Interior/Exterior Refresh Bldg 842
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide design services for the interior and exterior refresh of Building 842 at Maxwell Air Force Base in Alabama. The selected firm will be responsible for creating construction drawings, specifications, and cost estimates, while addressing specific requirements such as lead-based paint concerns and HVAC system upgrades, all in compliance with federal regulations and safety codes. This procurement is crucial for maintaining the facility's operational standards and ensuring alignment with Department of Defense requirements. Proposals are due by March 21, 2025, with an estimated contract value between $25,000 and $100,000, and interested firms must be located within a 250-mile radius of the base and registered in SAM.gov. For inquiries, contact Kemeshia Smith at kemeshia.smith@us.af.mil or Jeremy Clark at jeremy.clark.8@us.af.mil.
    A&E Demo Bldg 1503/Renovate Bldg 833
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms for the demolition of Building 1503 and the renovation of Building 833 at Maxwell Air Force Base in Alabama. The selected contractor will be responsible for providing comprehensive design documents, including construction drawings, specifications, and cost estimates, while ensuring compliance with applicable building codes and environmental standards. This procurement is crucial for enhancing base facilities and meeting operational needs through thorough technical assessments and contractor qualifications. Proposals are due by March 21, 2025, with an estimated contract value ranging from $25,000 to $100,000, and interested firms must be located within a 250-mile radius of the base and registered in SAM.gov. For further inquiries, contact Kemeshia Smith at kemeshia.smith@us.af.mil or Jeremy Clark at jeremy.clark.8@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.
    SXHT 23-1030 Repair HVAC B535
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the repair of HVAC systems at Patrick Air Force Base in Florida under the project FA2521-25-B-0003. This project entails comprehensive work including the replacement of air handlers, installation of return ducts, evaluation of existing ductwork, and improvements to humidity control, all in compliance with Florida Building Codes and Wing Facility Excellence guidelines. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a projected duration of 274 calendar days, with an estimated construction magnitude between $1 million and $5 million. Interested bidders should note that the Invitation for Bid (IFB) is anticipated to be released around March 18, 2025, but funding is currently unavailable, and no contracts will be awarded until funds are secured. For inquiries, potential bidders can contact Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    FY 25 Project Summary for Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential contractors for various construction projects anticipated at Kadena Air Base and associated units in Okinawa, Japan, for Fiscal Year 2025. The projects include significant renovations and upgrades to existing facilities, such as restroom renovations, HVAC system replacements, and infrastructure improvements, with budgets ranging from $250,000 to $10 million. This Sources Sought notice aims to gauge interest and capabilities among contractors, with responses due by 14:00 PM JST on March 20, 2025. Interested parties must be registered in the System for Award Management (SAM) and can contact Victor T. Cannon Jr. at victor.cannon.2@us.af.mil or Jonathan Garcia at jonathan.garcia.27@us.af.mil for further information.
    Combo Presolicitation Notice/Sources Sought - Repair Dorm B2422
    Buyer not available
    The Department of Defense, through the 366th Contracting Squadron, is seeking contractors for the renovation of Dormitory B2422 at Mountain Home Air Force Base in Idaho. The project involves the demolition of outdated mechanical and electrical systems, the construction of a new mechanical addition, and the installation of modern electric boilers and fire suppression systems, with an estimated contract value between $5 million and $10 million. This renovation is crucial for addressing aging infrastructure issues, including fire alarm failures and safety compliance, ensuring a safe and modern living environment for future occupants. Interested contractors must submit their qualifications and express interest by March 19, 2025, with an Invitation for Bid anticipated to be issued on April 15, 2025, and project completion expected within 540 days post-award. For further inquiries, contact Natasha Lizama at natasha.lizama.1@us.af.mil or the Construction Acquisition Flight at 366CONS.PKB.Construction@us.af.mil.
    VGLZ199555 Repair Fire Station Foundation Bldg. 859
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the repair of the foundation of Fire Station Building 859 at Selfridge Air National Guard Base in Michigan. The project, estimated to cost between $1 million and $5 million, involves addressing structural damage caused by settling issues, including the installation of helical piles, slab jacking, and extensive renovations to restroom facilities. This initiative is crucial for ensuring the safety and durability of the fire station, with construction anticipated to take place in 2025-2026. Interested parties, particularly small businesses, must submit expressions of interest by March 21, 2025, and can contact Steven Stocking at steven.stocking.2@us.af.mil or Anna Randall at anna.randall.1@us.af.mil for further details.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further information.
    FTQW 25-1102, Repair Roof CHPP (B6203)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide design services for the repair of the roof of Building 6203 at Eielson Air Force Base, Alaska, under project number FTQW 25-1102. The selected firm will be responsible for assessing the existing roof's condition and designing a new PVC roofing system that can withstand extreme Arctic weather, ensuring proper drainage and compliance with safety regulations, including a hazardous materials survey. This project is critical for maintaining infrastructure integrity in challenging conditions, and firms will be evaluated based on their qualifications, past performance, and ability to deliver on time. Interested parties should submit their qualifications electronically, including a cover letter and a Standard Form 330 (SF-330), to the primary contact, Tara Richmond, at tara.richmond@us.af.mil, by the specified deadlines.