ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Travis AFB MACC BOA

DEPT OF DEFENSE FA442725R0016
Response Deadline
May 16, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force, through the 60th Contracting Squadron at Travis Air Force Base, is seeking a total small business set-aside Basic Ordering Agreement for construction services supporting future work at the base. The agreement creates two contractor pools: Pool 1 for minor, non-complex construction without design, and Pool 2 for more complex or design-build construction requirements. The work can include a wide range of renovation and facility improvement projects, with task orders issued as needs arise and the place of performance at Travis Air Force Base in Linda, California. The BOA application process requires submission as a single PDF and uses the specified application and RFI forms, with applications open until May 15, 2030.

Classification Codes

NAICS Code
236210
Industrial Building Construction
PSC Code
Z1EZ
MAINTENANCE OF OTHER INDUSTRIAL BUILDINGS

Solicitation Documents

52 Files
Attachment 3 - Request for Information.xlsx
Excel26 KBJun 5, 2025
AI Summary
The document is a Request for Information (RFI) form related to the MACC Basic Ordering Agreement (BOA) for Travis Air Force Base, California. Its primary purpose is to collect questions from firms regarding the application process for the project. The form emphasizes the importance of timely submissions, with all inquiries needing to be directed to the Contracting Officer before the specified due date. The file highlights that late questions are not guaranteed to receive consideration. This RFI serves as a communication tool to clarify aspects of the application, ensuring potential applicants have the necessary information for a comprehensive response to the RFP. The structured approach indicates the government's commitment to transparency and stakeholder engagement in the procurement process for federal projects.
Attachment 4 - Application.pdf
PDF660 KBJun 5, 2025
AI Summary
The Federal Government's Multiple Award Construction Contract (MACC) Basic Ordering Agreement Application outlines the criteria and documentation necessary for contractors wishing to participate in federal construction projects at Travis AFB. Key components of the application include contractor information, capabilities, and a past performance questionnaire. Contractors must specify the intended pool for minor or major construction and provide detailed reference information regarding previous contracts, including performance ratings across various metrics such as quality, schedule adherence, and cost control. Each rating requires justification to support evaluations. Additionally, contractors must demonstrate financial stability through a bonding letter completed by a financial institution, confirming their bonding capability. This application process ensures that only qualified contractors are considered for government contracts, emphasizing the importance of past performance and financial responsibility in federal contracting. The structure is methodically organized, allowing for systematic evaluation of contractor qualifications and capabilities.
Attachment 6 - Instructions for BOA Application.pdf
PDF300 KBJun 5, 2025
AI Summary
The document outlines the application process for a Basic Ordering Agreement (BOA) for construction projects at Travis AFB, CA, specifically for minor and major construction pools. Interested applicants must submit their applications for Pool 1: Minor Construction by May 9, 2025, and must register with the System for Award Management (SAM) at SAM.gov prior to submitting. Key requirements include using specific application formats, including a cover letter, past performance questionnaires detailing relevant experiences, and proof of bonding capabilities provided by a surety. For applicants targeting Pool 2: Major Construction, additional documentation such as the SF 330 Architect/Engineering Capabilities form is required. The document emphasizes that all submissions must be complete to avoid rejection and outlines that further amendments will be released to potentially open applications for both pools again after the initial period. This structured approach underscores the need for compliance and readiness in responding to federal contracting opportunities within the construction sector.
Synopsis for Anticipated Orders.pdf
PDF93 KBMay 19, 2025
AI Summary
The document outlines three anticipated orders from the 60th Contracting Squadron at Travis Air Force Base, detailing various construction and maintenance tasks. The first project involves the replacement of HVAC units in building B934, with a budget ranging from $25,000 to $100,000, ensuring compliance with multiple safety and industry codes, including strict environmental regulations regarding hazardous materials. The second project pertains to the installation of window safety film across several buildings (664, 665, 668, 7690, and 7763) at a budget between $100,000 and $250,000. The government will provide the safety film, while the contractor is responsible for its installation, adhering to relevant safety codes and standards. Lastly, the third project focuses on installing a grease trap and degreaser pump at B214, with a similar budget range of $25,000 to $100,000, emphasizing compliance with industry standards for plumbing installations and environmental regulations regarding hazardous materials. Each project will have a designated contracting officer, while SSgt Stephen Platt serves as the point of contact for inquiries. Overall, these orders reflect the Air Force's commitment to maintaining safety and regulatory standards in facility management at Travis AFB.
Travis Design Guide FEG.PDF
PDF7068 KBSep 24, 2025
AI Summary
The Travis Air Force Base Facilities Excellence Guide outlines design standards and guidelines for future facilities and urban development at the base. The document's vision emphasizes mission support, efficiency, sustainability, and community enhancement. Key urban design goals focus on creating unique districts that maintain functional organization while visually unifying the base. Architecture goals aim to build a strong identity through innovative and functional designs influenced by historical and cultural references. Sustainable design practices are emphasized, including LEED certification for new projects and energy-efficient systems. Specific design guidelines cover site planning, building styles, roofing, entrances, landscaping, signage, and lighting, ensuring adherence to the base's identity while maintaining high visual and functional standards. Additional focus areas, such as the Civic Center and Flightline Operations, are highlighted for tailored urban characteristics and architectural styles. The guide serves as a comprehensive resource for project managers and designers to uphold the objectives of Travis AFB while promoting an efficient, cohesive, and sustainable built environment.
Consolidated RFI Responses.xlsx
Excel33 KBJun 5, 2025
AI Summary
The Request for Information (RFI) form pertains to the application process for the MACC BOA project at Travis Air Force Base, CA. It addresses several inquiries from firms regarding discrepancies in submission deadlines, bonding requirements, and eligibility criteria for Pools 1 and 2 of the application. Key issues include conflicting due dates stated in various attachments, the acceptability of using previously completed past performance documents (CPARS) instead of the required forms (PPQs), and clarification on whether participation in one pool affects eligibility for the other. The RFI emphasizes the importance of adhering to the application guidelines, the need for accurate bonding information, and the condition of the application being a complete small business set-aside for eligible firms. The document seeks to ensure clarity in the application requirements and provide a framework for participation in a complex government contracting process. Final changes notify that the application deadline has been extended to May 16, 2025, at 2:30 PM, and that the SF 1442 form should not be submitted as part of the application process.
Attachment 7 - Application Evaluation Procedures.pdf
PDF331 KBJun 5, 2025
AI Summary
The Travis AFB is initiating a Basic Ordering Agreement (BOA) for construction projects in the Travis AFB area, emphasizing the establishment of a qualified contractor pool. Award selection is based on a multi-step evaluation process assessing compliance with solicitation requirements, past performance on similar projects, bonding capacity, and architect/engineering qualifications. A single application per contractor will be evaluated, with no guarantee of future work or minimum task orders. The evaluation process involves compliance review, past performance assessments with military experience, bonding capabilities verification, and evaluation of architect/engineering partnerships. Contractors can be placed in either Pool 1 for minor construction or Pool 2 for major construction, depending on their evaluation success. The Government will continuously solicit applications throughout the fiscal year, adjusting project scopes based on budget and mission needs. This initiative aims to maintain a robust vendor base capable of diverse construction tasks, ensuring that contractors meet the specific demands of military installations.
Attachment 2 - Model Agreement.pdf
PDF1623 KBJun 5, 2025
AI Summary
The document outlines a federal solicitation for a Basic Ordering Agreement (BOA) pertaining to construction services at Travis Air Force Base (AFB). The BOA allows the government to order various renovation and construction tasks through task orders issued to contractors, with no guaranteed future work. It specifies a performance timeline that spans from May 12, 2025, to May 11, 2030, highlighting the critical requirements for bidders, including performance and payment bond obligations. The solicitation details two pools for construction orders: one for minor projects with a maximum value of $300,000 and another for major projects capped at $3 million. Contractors must comply with several Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, ensuring adherence to quality standards and financial accountability. The document emphasizes the requirement for prompt payment and outlines procedures for invoices and payment requests. It also mandates the performance of a significant percentage of the work by the contractor's own organization. Overall, this solicitation underscores the government’s commitment to securing construction services while ensuring compliance with federal regulations and standards.
Attachment 5 - SF330.pdf
PDF1048 KBJun 5, 2025
AI Summary
The document outlines the Architect-Engineer Qualifications Standard Form 330, which federal agencies use to evaluate architect-engineer (A-E) firms for professional qualifications when selecting for A-E contracts. It mandates public announcements for A-E services and emphasizes that selection is based on demonstrated competence and qualifications from submissions made through this form, following the federal acquisition regulations. Part I collects specific qualifications for a contract, detailing contract information, key personnel, and relevant projects to illustrate the firm's capabilities. Part II captures general qualifications of the firm itself, including establishment details, ownership types, and employee profiles across disciplines. The structure is divided into sections, including contract-specific qualifications, proposed teams, resumes of key personnel, example projects, and additional information as required by individual agencies. This form is essential for ensuring a transparent and standard process in obtaining A-E services, promoting competition and quality in the procurement process for government contracts. In summary, it serves as a comprehensive guide to reporting qualifications needed for A-E firms seeking federal contracts, detailing the evaluation process and criteria for selection.
Synopsis for Anticipated Orders - 22 May.pdf
PDF101 KBJun 5, 2025
AI Summary
The document outlines several anticipated orders for construction and maintenance projects at Travis Air Force Base by the 60th Contracting Squadron. Key projects include HVAC unit replacement for Building 934, installation of window safety films in various buildings, installation of a grease trap in Building 214, septic tank replacement at Cypress Lake Golf Course, window replacements at the Housing Office, roll-up door installations at Buildings 560 and 977, and installation of new water fountains at multiple gates and the Visitor Center. Each project specifies the magnitude range, typically between $25,000 and $250,000, and emphasizes compliance with governing codes, environmental regulations, and the abatement of hazardous materials. The point of contact for all projects is SSgt Stephen Platt, highlighting a structured and regulated approach to the contracting process. The outlined requirements illustrate the commitment to maintaining and upgrading facilities while ensuring compliance with safety and environmental standards.
SYNOPSIS FOR ANTICIPATED ORDERS 15 Dec 2025.pdf
PDF104 KBApr 22, 2026
AI Summary
The 60 CONS at Travis AFB is soliciting bids for four distinct projects, as outlined in a synopsis dated December 15, 2025. These projects include the replacement of three roll-up doors at Fire Station 1 (B38) with an estimated cost between $100,000 and $250,000; the installation of ceiling insulation and sound deadening panels in rooms 83, 84, and 85 of Building 31 (B31) for SIPR soundproofing, estimated between $25,000 and $100,000; the repair and restoration of damaged synthetic turf padding and poured-in-place rubber playground edges at the Child Development Center (B668 & B7690) to eliminate tripping hazards, estimated between $25,000 and $100,000; and the replacement of three ADA doors in Building 381 (B381), also estimated between $25,000 and $100,000. All contractors must adhere to Federal, State, and Local Code requirements, as well as various industry-specific standards such as NSPC, NEC, ASHRAE, OSHA, NFPA, and UFC codes. 2nd Lt Phillip Manwaring is the point of contact for all listed projects.
SYNOPSIS FOR ANTICIPATED ORDERS.pdf
PDF162 KBApr 22, 2026
AI Summary
The 60 CONS Contracting Office at Travis AFB, CA, has issued multiple anticipated orders for various construction and maintenance projects. These projects include the installation of window safety film, replacement of a grease trap and degreaser pump at Travis Bowl, septic tank replacement at Cypress Lake Golf Course, exterior window replacement at Building 576, HVAC split system replacement at Building 878, ADA door replacement at Building 381, various gas meter replacements, sewer repair at FAMCAMP (Sector D2), roll-up door replacement at Fire Station 1, and bathroom additions/renovations at Buildings 906 and 185. Additionally, the file outlines requirements for an AC split replacement in a server room at Building 381, a fire tank bypass installation at Building 1146, and a condensing and evaporator system replacement at Building 977. All projects require adherence to relevant industry codes (e.g., ASHRAE, NEC, UFC, IBC), environmental laws, and hazardous material abatement. The magnitude range for these projects varies between $25,000 and $250,000. SSgt Stephen Platt is the point of contact for all listed projects.
Consolidated RFI Responses.xlsx
Excel34 KBMar 10, 2026
AI Summary
The RFI Form for the MACC BOA at Travis Air Force Base addresses numerous questions regarding the application process, particularly concerning conflicting due dates and submission requirements for Pool 1 and Pool 2. The government clarified that the SF 1442 is for informational purposes only, and the new application due date is May 16, 2025, at 1430 PDT. Pool 1 applications are due on this date, while Pool 2 will open later with a separate amendment, at which point Pool 1 will also reopen. Applicants can submit CPARS or previously completed PPQs as supporting documentation but are encouraged to use the provided PPQ form. SF330s are only required for Pool 2 applications. The RFI also clarifies that this is a complete small business set-aside with no further restrictions, and bonds will be required for task orders exceeding $150,000. There are no page limitations for application packages. Applicants interested only in Pool 2 should wait for its official opening.
SYNOPSIS FOR ANTICIPATED ORDERS (B380A 383) (002).pdf
PDF96 KBApr 22, 2026
AI Summary
The document outlines two anticipated orders from the 60 CONS contracting office at Travis AFB. The first project,
SYNOPSIS FOR ANTICIPATED POOL 1 ORDER -Building 859 Flooring Paint Windows.pdf
PDF94 KBApr 22, 2026
AI Summary
The 60 CONS at Travis AFB, CA, is seeking a contractor for carpet replacement, interior painting, and window replacement in Building 859. The project, valued between $250,000 and $500,000, requires the contractor to provide all necessary labor, equipment, tools, materials, and supervision. The scope of work includes removing and replacing carpet on the second floor, painting interior spaces, and replacing three windows. Contractors must comply with Federal, State, and Local Code requirements, as well as NSPC, NEC, ASHRE, OSHA, NFPA, and UFC codes and standards. The contracting officer is Lt Phillip Manwaring (phillip.manwaring@us.af.mil), and the point of contact is SrA Johnathan Daniels (johnathan.daniels.1@us.af.mil).
Attachment 7 - Application Evaluation Procedures.docx
Word23 KBSep 23, 2025
AI Summary
The Travis AFB Basic Ordering Agreement (BOA) outlines the process for selecting qualified construction contractors for future projects. This is not a typical contract award, but rather an application process to establish a pool of contractors. There's no limit to the number of BOAs awarded, and no guarantee of future work or minimum amount. Contractors will be placed into 'Pools' (e.g., Minor Construction, Major Construction) based on a four-step evaluation process. Step 1 assesses compliance with solicitation terms and SAM registration. Step 2 evaluates past performance on three relevant, recent, and quality projects, preferably on military installations. Step 3 verifies bonding capacity. Step 4 assesses architect/engineering capabilities for design-build projects. Contractors must pass initial steps to be offered a BOA, with Pool assignment determined by bonding and A/E capabilities. The process emphasizes experience with military base constraints and specific engineering disciplines.
Attachment 6 - Instructions for BOA Application.docx
Word50 KBSep 23, 2025
AI Summary
These instructions outline the application process for Basic Ordering Agreements (BOA) at Travis AFB, CA, specifically for Pool 1: Minor Construction and future Pool 2: Major Construction. Applications for Pool 1 are due by May 16, 2025, at 14:30 PST, with requests for information due by April 25, 2025, at 14:30 PST. All applications must be submitted as a single PDF using Attachment 4 – Application, and companies must have an active System for Award Management (SAM) registration. Key requirements for Pool 1 include a cover letter, past performance questionnaire (PPQ) detailing three multi-disciplinary construction projects completed within the last three years for DoD or other federal agencies, and a letter from a surety demonstrating bonding capability. Pool 2 will require similar documentation, plus an SF-330 Architect/Engineering Capabilities form for design-build applicants. Submissions are processed in order of receipt, and late or incomplete applications may be rejected.
Attachment 13 - Travis AFB Spec 01000 Word DocWithHyperlinks 1-04-23.pdf
PDF236 KBApr 22, 2026
AI Summary
The document outlines the General Requirements for projects at Travis Air Force Base (AFB), detailing contractor responsibilities in executing work, safety protocols, and compliance with local regulations. It emphasizes the need for minimal disruption during operations, secure storage, and effective waste management. Key sections include guidelines on demolition, utility outages, fire prevention, and contractor responsibilities regarding hazardous materials such as lead-based paint (LBP) and asbestos. Contractors must adhere to strict safety standards, ensure appropriate signage for hazardous areas, submit comprehensive health and safety plans, and properly manage waste disposal. The process also includes obtaining necessary permits, maintaining accurate records, and ensuring quality control through daily logs and inspections. Overall, the document aims to promote safe, efficient, and compliant construction practices while adhering to government regulations throughout the project lifecycle at Travis AFB.
mutcd11thedition.pdf
PDF23531 KBApr 22, 2026
AI Summary
The "Manual on Uniform Traffic Control Devices for Streets and Highways" (11th Edition, December 2023) provides comprehensive guidelines on traffic control devices, including signs, signals, and markings, aimed at enhancing roadway safety and efficiency. The manual outlines its purpose to standardize traffic control practices across the U.S., detailing legal requirements for compliance by states and municipalities. Key sections address the classification and design principles of signs, including regulatory, warning, and guide categories, alongside protocols for their placement and maintenance. The manual emphasizes the importance of consistent design and visibility in traffic control devices, applying principles of engineering study and judgment. Additionally, it addresses necessary markings for pavements, such as lane designations and crossings, and outlines specifics for temporary and emergency signage. By aligning local implementations with national standards, the MUTCD ensures that all road users—motorists, pedestrians, and cyclists—can navigate safely. This document serves as a critical reference for government agencies involved in the design and implementation of traffic control measures, supporting federal and state infrastructure initiatives promoting road safety and accessibility.
SYNOPSIS FOR ANTICIPATED ORDERS Pool 2 28 January 2026.pdf
PDF142 KBApr 22, 2026
AI Summary
The 60th Civil Engineering Squadron and 60th Contracting Squadron at Travis AFB have announced anticipated orders for January 28, 2026, encompassing five distinct projects. These include the full-depth pavement replacement of Skymaster Drive (estimated between $1M and $5M) and the construction of a new egress road from Perimeter Road to Creed Road, designed for oversize vehicles and including a security gate (estimated between $5M and $10M). Additionally, the airfield's 900 Ramp will undergo restriping with quick-drying paint and surface preparation (estimated between $1M and $5M). A Pavement Maintenance Plan for Zone 1 of Travis AFB will address roads and parking lots through various repairs (estimated between $250K and $500K). Finally, repairs are scheduled for the AAFES gas stations, which require excavation, pipe/conduit replacement, leak testing, and concrete work to meet EPA compliance (estimated between $250K and $500K). Brandon Spratt is the point of contact for all projects.
UFGS 01 14 00 WORK RESTRICTIONS.pdf
PDF34 KBApr 22, 2026
AI Summary
This document outlines the work restrictions and regulations applicable to contractors at Travis Air Force Base. It specifies that any requests to interrupt roads, railroads, or utility services must be submitted in writing at least 15 calendar days prior to the intended disruption. Contractors must ensure compliance with base regulations, including safety measures and hours of operation. Regular work hours are set from 7:30 a.m. to 4:30 p.m., Monday through Friday, and any work outside these hours or utility interruptions necessitate prior approval from the Contracting Officer. Additionally, contractors are responsible for the security of their equipment and must restore any altered signage to its original state. Specific protocols are established for entering restricted areas, including the requirement to contact security before making structural penetrations. The overall goal is to maintain safety, coordination, and security during construction activities while minimizing disruptions to base operations.
UFGS 01 33 16.00 10.pdf_safe.pdf
PDF187 KBApr 22, 2026
AI Summary
The Unified Facilities Guide Specification (UFGS) outlines the design data requirements for design/build projects executed by the Army, emphasizing a collaborative approach to integrating environmental and performance goals. The document stipulates preconstruction activities, quality control protocols, submittal requirements, and design execution processes, with clear roles defined for the Designer of Record (DOR) and adherence to advanced modeling standards, including Building Information Modeling (BIM). It highlights the necessity of using Government Furnished Material (GFM) and the expectations for handling design submissions, including various checks for compliance across disciplines such as civil, structural, and mechanical. The specification requires interim and final design submissions, ensuring quality through detailed checklist documentation and checks for GIS, CAD, and other modeling formats. This guidance fosters consistency and efficiency in project execution, ensuring that all design elements meet rigorous standards essential for government contracting and construction practices. Compliance with established codes and maintaining a clear workflow throughout the project lifecycle is critical for successful outcomes.
UFGS 01 35 26-GOVERNMENTAL SAFETY REQUIREMENTS.pdf
PDF189 KBApr 22, 2026
AI Summary
The document outlines the Governmental Safety Requirements under Section 01 35 26, focusing on safety protocols for various construction activities. It emphasizes the necessity for competent personnel in areas such as confined space entry, fall protection, and crane operations, detailing specific qualifications and responsibilities. A key component is the Accident Prevention Plan (APP), which must be site-specific, containing various safety plans including rescue and evacuation strategies, hazardous energy control, and fall protection measures. Monthly exposure reports and immediate mishap notifications are mandatory to ensure compliance and promote workplace safety. The SSHO (Site Safety and Health Officer) is tasked with daily inspections and accident investigations, underlining the importance of adherence to safety regulations outlined in EM 385-1-1 and applicable OSHA standards. The document serves as a critical framework for federal and local construction contracts, aiming to maintain high safety standards and prevent accidents, highlighting the significance of thorough planning, training, and accountability in construction operations. Overall, it establishes comprehensive safety procedures essential for government projects to mitigate risks and protect workers.
UFGS 01 45 00.00 40 QUALITY CONTROL.pdf
PDF60 KBApr 22, 2026
AI Summary
This document outlines the quality control requirements for construction contracts as part of the federal government's specifications. It emphasizes the importance of maintaining high standards through a structured quality assurance (QA) plan, which includes administrative procedures, submittal requirements, and detailed quality control protocols. Key elements include appointing a quality representative for oversight, establishing a robust management system, maintaining documentation for procurement and inspection records, and ensuring compliance with specifications through continuous inspection and testing. Responsibilities for identifying and addressing nonconformities, managing records, and implementing inspection systems are also discussed. The document mandates notifications to the Contracting Officer regarding work commencement, inspections, and backfilling of utilities to ensure oversight and compliance. Overall, this section serves as a comprehensive guide for contractors to ensure quality management and adherence to federal specifications throughout construction projects, reflecting the government's commitment to uphold standards and accountability in public works.
UFGS 01 50 00 TEMPORARY CONSTRUCTION FACILITIES AND CONTROLS.pdf
PDF57 KBApr 22, 2026
AI Summary
The document outlines requirements for temporary construction facilities and controls applicable to government contracts. It details specifications regarding site plans, traffic control, employee safety, and sanitation measures, emphasizing the need for adherence to various safety and regulatory standards. Key points include the necessity for construction site plans, temporary signage, traffic management, and the establishment of sanitary facilities. Additionally, regulations around securing the site with fencing and barricades, providing adequate utilities, and maintaining cleanliness and safety during construction activities are highlighted. The Contractor is responsible for the appearance and maintenance of facilities and must provide adequate protections for personnel. Provisions for restoration of the site upon project completion are also established. This structured approach ensures safety, regulatory compliance, and effective communication throughout the construction process, reflecting the importance of responsible management in government-funded projects. Compliance with local and federal guidelines is crucial for the successful execution of the contract, emphasizing accountability for contractors in public works projects.
Attachment 4 - Application.pdf
PDF660 KBApr 22, 2026
AI Summary
The Multiple Award Construction Contract (MACC) Basic Ordering Agreement Application for Travis AFB outlines the requirements for contractors seeking to participate in construction projects. The application includes three main sections: Contractor Information, Past Performance Questionnaire, and a Bonding Letter. The Contractor Information section requires general company details, points of contact, intended construction pools (Minor or Major), and a capabilities statement with NAICS codes. The Past Performance Questionnaire is a critical component, requiring references to rate contractors on various aspects such as quality, schedule, cost control, management, small business utilization, and regulatory compliance. Ratings range from Exceptional to Unsatisfactory, with justifications required for anything other than Satisfactory. The Bonding Letter section necessitates financial institution information to verify the contractor's account status and their ability to obtain performance and payment bonds, including single and aggregate bonding amounts. This comprehensive application ensures that only qualified and financially stable contractors are considered for MACC opportunities.
Attachment 5 - SF330.pdf
PDF1048 KBApr 22, 2026
AI Summary
The Standard Form 330, Architect-Engineer Qualifications, is used by federal agencies to evaluate and select A-E firms based on professional qualifications, as mandated by 40 U.S.C. chapter 11 and FAR Part 36. The form is divided into two parts: Part I for contract-specific qualifications and Part II for general qualifications of a firm or branch office. Part I requires detailed information on the proposed team, including an organizational chart, resumes of key personnel, and examples of relevant projects. Part II gathers general firm data like ownership, employee disciplines, and average professional services revenues. Agencies use this form, along with other sources like performance evaluations and interviews, to select the most highly qualified firms and negotiate contracts. The document also provides definitions of key terms and lists various disciplines and experience categories for reference.
Attachment 6 - Instructions for BOA Application.pdf
PDF122 KBFeb 19, 2026
AI Summary
These instructions outline the application process for Basic Ordering Agreements (BOA) at Travis AFB, CA, specifically for Pool 1: Minor Construction and future Pool 2: Major Construction. Applications for Pool 1 are due by May 16, 2025, at 14:30 PST, with requests for information due by April 25, 2025, at 14:30 PST. All applications must be submitted as a single PDF using Attachment 4 – Application, and companies must have an active System for Award Management (SAM) registration. Key requirements for Pool 1 include a cover letter, past performance questionnaire (PPQ) detailing three multi-disciplinary construction projects completed within the last three years for DoD or other federal agencies, and a letter from a surety demonstrating bonding capability. Pool 2 will require similar documentation, plus an SF-330 Architect/Engineering Capabilities form for design-build applicants. Submissions are processed in order of receipt, and late or incomplete applications may be rejected.
Attachment 7 - Application Evaluation Procedures.pdf
PDF111 KBFeb 19, 2026
AI Summary
The Travis AFB Basic Ordering Agreement (BOA) outlines the process for selecting qualified construction contractors for future projects. This is not a typical contract award, but rather an application process to establish a pool of contractors. There's no limit to the number of BOAs awarded, and no guarantee of future work or minimum amount. Contractors will be placed into 'Pools' (e.g., Minor Construction, Major Construction) based on a four-step evaluation process. Step 1 assesses compliance with solicitation terms and SAM registration. Step 2 evaluates past performance on three relevant, recent, and quality projects, preferably on military installations. Step 3 verifies bonding capacity. Step 4 assesses architect/engineering capabilities for design-build projects. Contractors must pass initial steps to be offered a BOA, with Pool assignment determined by bonding and A/E capabilities. The process emphasizes experience with military base constraints and specific engineering disciplines.
SYNOPSIS FOR ANTICIPATED ORDERS_Pool 1_5 Feb 2026.pdf
PDF107 KBApr 22, 2026
AI Summary
The 60th Civil Engineering Squadron and 60th Contracting Squadron at Travis AFB are soliciting bids for two separate projects. The first project, "B878 Split System Replacement Ph2," involves replacing an existing 4-ton Carrier air conditioning system with a new DX split heat pump system, including associated ductwork, integration with EMCS, and relocation of existing ductwork. This project is valued between $25,000 and $100,000 and requires compliance with numerous federal, state, and local codes and standards, including BACnet/ASHRAE-135 protocols. The second project, "Storefront Door Package," focuses on resolving door-related issues in various buildings across Travis AFB, with an estimated cost between $100,000 and $250,000. This project also requires adherence to various codes and standards, and contractors must coordinate with building occupants to minimize disruptions. Both projects list 2nd Lt Phillip Manwaring as the point of contact.
SYNOPSIS FOR ANTICIPATED ORDERS (B381 - B4) 18 FEB 2026.docx
Word16 KBApr 22, 2026
AI Summary
The 60 CONS at Travis AFB anticipates two orders for facility maintenance and upgrades. The first project involves replacing an old 3-ton DX CRAC unit with a new 3-ton mini-split AC unit in B381 Room 510A Server Room, with an estimated cost between $25,000 and $100,000. This work must comply with various federal, state, local, and industry codes including NEC, ASHRE, OSHA, NFPA, and UFC. The second project, also within the $25,000 to $100,000 range, is for trenchless sewer line rehabilitation using Cured-in-Place-Pipe (CIPP) lining and structural manhole lining in B4, Travis AFB. This project requires adherence to NSPC, ASTM F1216, OSHA, NFPA, and UFC codes. Both projects are seeking contractors to provide all necessary labor, equipment, tools, materials, and supervision, with 2nd Lt Phillip Manwaring as the point of contact.
Attachment 2 - Model Agreement.pdf
PDF1623 KBApr 22, 2026
AI Summary
This government solicitation (FA442725R0016) outlines a Basic Ordering Agreement (BOA) for a broad range of renovation and construction services at Travis Air Force Base. The agreement establishes two pools for construction orders: Pool 1 for minor construction (maximum $300,000, minimum $2,000) and Pool 2 for major construction (maximum $3,000,000, minimum $300,000). Work will be issued via Task Orders, with no guarantee of future orders. The agreement is effective from May 12, 2025, to May 11, 2030. Key clauses include those related to performance, payments, Buy American Act compliance, and warranties. Contractors are required to perform at least 15% of the work with their own organization and must adhere to specific invoicing and payment procedures through the Wide Area WorkFlow (WAWF) system.
Attachment 3 - Request for Information.xlsx
Excel26 KBApr 22, 2026
AI Summary
The "REQUEST FOR INFORMATION (RFI) FORM" for the MACC BOA project at Travis Air Force Base, CA, outlines the procedure for submitting questions regarding the application process. Firms are instructed to use this form to submit inquiries to the Contracting Officer by the RFI due date, specifying the relevant page, section, and paragraph numbers. The document emphasizes that late submissions may not be considered, highlighting the importance of timely communication in this federal government contracting context.
Attachment 6 - Instructions for BOA Application_Amend 2.pdf
PDF185 KBMar 17, 2026
AI Summary
This document outlines the application process for Basic Ordering Agreements (BOAs) at Travis AFB, CA, for Pool 1: Minor Construction and Pool 2: Major Construction. Applications are open until May 15, 2030, at 14:30 PST and must be submitted as a single PDF via email to Lt Phillip Manwaring and Ms. Christina Johnson. Applicants must use Attachment 4 – Application and have an active System for Award Management (SAM) registration. Both pools require a cover letter using the provided template, a past performance questionnaire detailing three multi-disciplinary construction projects within the last three years for the DoD or federal agencies, and a letter from a surety demonstrating bonding capability. Pool 2 applicants must also complete SF 330, Architect-Engineer Qualifications, with a separate Section E for each discipline (Architect, Civil, Mechanical, & Electrical). Failure to follow instructions or submit incomplete applications may lead to rejection.
Attachment 7 - Application Evaluation Procedures_Amend 2.pdf
PDF143 KBMar 10, 2026
AI Summary
The Travis AFB Basic Ordering Agreement (BOA) outlines a process for selecting qualified contractors for future construction projects at Travis AFB, CA. This is not a typical contract award; rather, it establishes a pool of vendors from which competitive task order proposals will be solicited. Contractors are evaluated in a four-step process: compliance review (including SAM registration and NAICS 236210 small business status), past performance on multi-disciplinary construction projects with government agencies or military installations within the last three years, bonding capacity, and architect/engineering capabilities for design-build projects. Successful applicants will be placed into Pool 1 (Minor Construction) or Pool 2 (Major Construction) based on their evaluated capabilities. Pool 1 is for non-complex work without design requirements, while Pool 2 is for complex projects requiring design. There is no guarantee of work or a minimum amount of work, and applications for BOAs are accepted year-round.
SYNOPSIS FOR ANTICIPATED ORDER_Pool 1_22 Apr 2026.pdf
PDF193 KBApr 22, 2026
AI Summary
This synopsis outlines an anticipated order from the 60th Civil Engineering Squadron and 60th Contracting Squadron at Travis AFB, dated April 22, 2026. The project, with a magnitude range of $50,000-$100,000, involves the removal and replacement of a secure enclosure around BLDG 920. The contractor will install a 320 ft long fence and a 21 ft gate system to establish a controlled perimeter, comply with AFI regulations, and safeguard Vehicle WRM assets stored inside. Points of contact for this order are 2nd Lt Phillip Manwaring (Contracting Officer) and SrA Amelia Estrada Dighiera.
SYNOPSIS FOR ANTICIPATED ORDERS Pool 2 21 April 2026.pdf
PDF136 KBApr 22, 2026
AI Summary
The 60th Civil Engineering Squadron and 60th Contracting Squadron at Travis AFB have issued a synopsis for anticipated orders dated March 26, 2026. This document outlines six distinct projects with varying magnitude ranges. These projects include: repairing Fire Alarm Panel B237 (between $250,000 and $500,000), replacing the Air Traffic Control Tower Boiler (between $250,000 and $500,000), designing Hangar 811 Door & Electrical Systems (between $250,000 and $500,000), repairing Lift Station Wastewater Pumps (between $250,000 and $500,000), repairing ALS Water Pipes & Boiler, B205 (between $500,000 and $1,000,000), and repairing Parking Lot Mini-Mall B650 (between $1,000,000 and $5,000,000). Each project has a detailed subject outlining the scope of work, and Brandon Spratt is listed as the point of contact for all inquiries.
SYNOPSIS FOR ANTICIPATED ORDER_Pool 1_21 Apr 2026.pdf
PDF100 KBApr 22, 2026
AI Summary
The 60th Civil Engineering Squadron and 60th Contracting Squadron at Travis AFB released a synopsis for anticipated orders on April 21, 2026. This synopsis outlines a renovation project for Fisher House 2, located in Building 792 at Travis AFB. The selected contractor will be responsible for providing all necessary personnel, equipment, tools, materials, and supervision to perform various renovation tasks. These tasks include drywall repair, painting, wallpaper replacement, flooring replacement, and the installation of motorized chandeliers. Additionally, the contractor will identify and replace broken, loose, or damaged tiles in room showers, including re-grouting as needed. The contracting office is 60 CONS, and the point of contact for inquiries is 2nd Lt Phillip Manwaring (phillip.manwaring@us.af.mil, 424-7769).
SYNOPSIS FOR ANTICIPATED ORDERS 22 JAN 2026.pdf
PDF103 KBApr 22, 2026
AI Summary
The 60 CONS at Travis AFB, CA, has issued a synopsis for anticipated orders, detailing three separate projects. The first project involves replacing 24 painted-over fire suppression sprinkler heads at the Delta Breeze Event Center (BLDG 400), with a magnitude range of $100,000 to $250,000. The second project, ranging from $25,000 to $100,000, requires the removal and replacement of a roll-up door at building 977 Bay 15 and the motor and opening hardware for a door at building P1 warehouse 2. The third project, under $25,000, involves installing new water fountains, piping, and electrical wiring at buildings 841 and 864. Each project outlines the necessary labor, equipment, tools, material, and supervision. Contact information for the contracting officers and points of contact is provided for each anticipated order.
SYNOPSIS FOR ANTICIPATED ORDERS 7 Jan 26.pdf
PDF96 KBApr 22, 2026
AI Summary
The 60 CONS at Travis AFB is soliciting bids for the renovation of the kiddie pool at BLDG 232. The project involves removing existing mosaic tile and plaster, installing four new drain covers and two overflow catch filters, and applying new plaster to seal the 500-gallon/797 sq ft pool, which is 29 feet wide on all sides with a maximum depth of 2 feet. The pool is currently unserviceable due to cracks in its foundation. The estimated cost for this renovation is between $25,000 and $100,000. Interested contractors will provide all necessary labor, equipment, tools, materials, and supervision. For inquiries, 2nd Lt Phillip Manwaring is the point of contact.
SYNOPSIS FOR ANTICIPATED ORDERS 31 Dec 2025.pdf
PDF92 KBApr 22, 2026
AI Summary
This synopsis outlines anticipated orders for carpet removal, replacement, and interior painting across three buildings (1353, 1, and 859) at Travis Air Force Base, California. Each project requires contractors to provide all necessary labor, equipment, tools, materials, and supervision. The scope of work varies by building, with Building 1353 involving approximately 20,000 sq ft of flooring, 7500 sq ft of cove base, and 60,000 sq ft of interior painting, with a magnitude range of $325,000 to $500,000. Building 1 requires approximately 3500 sq ft of flooring, 1200 sq ft of cove base, and 9,000 sq ft of interior painting, with a magnitude range of $75,000 to $175,000. Building 859's scope includes flooring and interior painting, with a magnitude range of $25,000 to $100,000. All contractors must comply with Federal, State, and Local Code requirements, as well as NSPC, NEC, ASHRE, OSHA, NFPA, and UFC codes and standards. The contracting office is 60 CONS, and 2nd Lt Phillip Manwaring is the point of contact.
SECTION 01 03 00 PROJECT CLOSEOUT AUG 13.pdf
PDF141 KBApr 22, 2026
AI Summary
The document outlines the project closeout procedures required by the federal government, focusing on final submission processes for contracts, including the preparation of operating, maintenance, and repair manuals, as-built drawings, and warranty details. Key requirements involve the submission of spare parts lists and operation manuals for approval, necessitating coordination with the Contracting Officer. Each manual must include comprehensive equipment details and maintenance instructions. As-built drawings must accurately depict the construction as completed, including any modifications made. The contractor is also responsible for maintaining up-to-date as-built records at the job site. Furthermore, warranties for construction must be documented, and a final property accounting using Form DD1354 is mandated before project completion. Overall, this specification ensures that contractors fulfill documentation and quality requirements to facilitate proper handover and future maintenance of government facilities, aligning with RFP and grant protocols.
Travis AFB Spec - 01 00 00 - General Spec_Jan 2022.pdf
PDF272 KBApr 22, 2026
AI Summary
This document outlines the specifications and requirements for construction projects at Travis Air Force Base (TAFB), CA, focusing on demolition, excavations, utility management, and safety protocols. It details the process for obtaining excavation permits, which must be secured to avoid damage to existing utilities during construction. The contractor is responsible for adhering to fire prevention rules, maintaining a secure job site, and following strict environmental regulations regarding hazardous materials, including lead-based paint and asbestos. The contractor must provide submittals, progress reports, and as-built drawings, ensuring compliance with health and safety guidelines. Additionally, any pest management and waste disposal must align with federal, state, and local regulations. The document emphasizes the importance of quality control throughout the project and outlines the procedures for contractor responsibilities and communication with the contracting officer to ensure thorough and lawful execution of all phases of construction. Ultimately, the document serves as a comprehensive guide for contractors, ensuring a safe, secure, and compliant construction environment at TAFB.
Travis AFB Spec - SECTION 01 56 00_Environmental Specs_April 2019.pdf
PDF166 KBApr 22, 2026
AI Summary
This document outlines the environmental general requirements for contractors at Travis Air Force Base (AFB) to ensure compliance with laws and regulations related to pollution prevention, conservation, and hazardous materials management. It includes extensive sections covering topics such as solid waste management, hazardous materials, waste water, and storm water pollution prevention. Contractors are required to follow specific protocols for handling hazardous materials, including obtaining environmental permits and certifications, submitting waste disposal plans, and ensuring proper storage and labeling. The document further emphasizes the importance of immediate reporting of non-compliance, and the role of subcontractors in adhering to these environmental regulations. Moreover, it delineates procedures for managing historical and archaeological findings, protecting natural and cultural resources, and conducting sampling and analyses for waste management. Emphasis is placed on preventing environmental contamination during construction or maintenance operations. The ultimate goal is to achieve 100% compliance with environmental standards while sustaining the facility's mission, enhancing ecological stewardship, and fostering a culture of environmental awareness among all personnel involved.
Travis Design Guide FEG.pdf
PDF7068 KBApr 22, 2026
AI Summary
The Travis Air Force Base Facilities Excellence Guide outlines design standards and guidelines for future facilities and urban development at the base. The document's vision emphasizes mission support, efficiency, sustainability, and community enhancement. Key urban design goals focus on creating unique districts that maintain functional organization while visually unifying the base. Architecture goals aim to build a strong identity through innovative and functional designs influenced by historical and cultural references. Sustainable design practices are emphasized, including LEED certification for new projects and energy-efficient systems. Specific design guidelines cover site planning, building styles, roofing, entrances, landscaping, signage, and lighting, ensuring adherence to the base's identity while maintaining high visual and functional standards. Additional focus areas, such as the Civic Center and Flightline Operations, are highlighted for tailored urban characteristics and architectural styles. The guide serves as a comprehensive resource for project managers and designers to uphold the objectives of Travis AFB while promoting an efficient, cohesive, and sustainable built environment.
ufc_1_300_08_2023.pdf_safe.pdf
PDF900 KBApr 22, 2026
AI Summary
The Unified Facilities Criteria (UFC) 1-300-08 provides detailed guidelines for the transfer and acceptance of Department of Defense (DoD) real property. It supersedes the previous issuance from 2009 and is applicable to various acquisition methods, including new constructions, capital improvements, and intra-DoD transfers, all of which require proper documentation using DD Form 1354. The document outlines the roles and responsibilities of involved personnel such as the DoD Construction Agent (DCA), Project Sponsor (PS), and the Real Property Accountable Officer (RPAO). Consistency in reporting and accountability across the DoD is emphasized, facilitating accurate inventory management of real property. Additionally, it highlights the importance of integrating documentation methods for different acquisition types and maintaining compliance with existing regulations. The UFC serves as a living document that will undergo periodic updates, ensuring its relevance and utility in the ever-evolving landscape of military construction and real property management. This comprehensive guidance is crucial for aligning military infrastructure activities with financial management and accountability standards.
ufc_3_410_02_2018_c2.pdf
PDF904 KBApr 22, 2026
AI Summary
The Unified Facilities Criteria (UFC) 3-410-02 document establishes guidelines for Direct Digital Control (DDC) systems in HVAC and building control systems, aiming to enhance interoperability, maintainability, and competitiveness in procurement. It emphasizes the importance of Open Systems, allowing multi-vendor compatibility to avoid inefficiencies from proprietary systems. The document outlines specific design requirements for DDC systems, focusing on standards like BACnet, LonWorks, and the Niagara Framework, addressing their integration into Utility Monitoring and Control Systems (UMCS) for comprehensive oversight. The UFC details the required technical specifications, including system architecture, media selection, and control devices while ensuring compliance with existing military and construction guidelines. It allows for the use of proprietary networks under strict conditions, including lifecycle cost analysis and system owner approval. The document serves federal and defense agencies by providing a structured approach to updating and integrating building automation systems, ensuring compatibility and efficiency across the military infrastructure. As such, it is crucial for government projects requiring adherence to complex regulatory requirements and technical specifications while promoting cost-effective and scalable solutions for modern building management systems.
UFGS 01 33 00 SUBMITTAL PROCEDURES (002).pdf
PDF112 KBApr 22, 2026
AI Summary
The document outlines the Submittal Procedures for construction projects under federal and state guidelines, detailing the requirements for submittals that contractors must adhere to for compliance. It specifies the types of submittals required, including Preconstruction Submittals, Shop Drawings, Product Data, Samples, Design Data, Test Reports, Certificates, Manufacturer’s Instructions, Maintenance Data, and Closeout Submittals, each with designated formats and identification requirements. The document emphasizes the necessity for government and designer approvals, submission formats, and the critical nature of timely submittal to avoid project delays. It also outlines actions and review codes related to submittal disposition, including approval, disapproval, or resubmission indications. The importance of maintaining a Project Submittal Register is underscored for tracking and managing submittals throughout construction. Overall, it serves to ensure that all work complies with the contract specifications, promotes quality control, and mitigates risks associated with construction projects. This document reflects a systematic approach to relating operational requirements with government contracting protocols, essential for project success and regulatory adherence.
UFGS 01 78 00 Closeout Submittals.pdf
PDF93 KBApr 22, 2026
AI Summary
The document outlines the Unified Facilities Guide Specifications for "Closeout Submittals," specifically detailing requirements for the completion of construction projects, including revised project documents, warranty management, and operational procedures. It emphasizes the importance of accurate as-built drawings, record drawings, and electronic submittals, ensuring all changes made during construction are meticulously documented. Key sections include the definition of as-built and record drawings, submission requirements for certifications of EPA and USDA designated items, and guidelines for creating and maintaining warranty management plans. Additionally, it specifies the quality control measures needed to uphold industry standards throughout the construction process. The structure is clearly divided into parts addressing general requirements, product specifications, and execution procedures, aimed at ensuring successful project completion while complying with federal guidelines. This guide serves as a comprehensive reference for contractors working with USACE, NAVFAC, AFCEC, and NASA on diverse construction projects, reinforcing the federal government's commitment to quality and accountability in building infrastructure.
Attachment 6 - Instructions for BOA Application_Amend 3.pdf
PDF156 KBApr 22, 2026
AI Summary
This document outlines the application process for Basic Ordering Agreements (BOA) at Travis AFB, CA, for both Pool 1: Minor Construction and Pool 2: Major Construction. Applications are open until May 15, 2030. Key requirements include an active System for Award Management (SAM) registration, submission of all documents as a single PDF using Attachment 4 – Application, and specific materials for each pool. Pool 1 applicants need a cover letter, a past performance questionnaire highlighting three construction projects completed within the last three years with the DoD or other federal agencies, and a letter demonstrating bonding capability. Pool 2 applicants have similar requirements but must also include an SF 330 Architect/Engineering Capabilities form, particularly Section E for each discipline (Architect, Civil, Mechanical, & Electrical), if applying for the Design Build Construction Pool.
Attachment 7 - Application Evaluation Procedures_Amend 3.pdf
PDF143 KBApr 22, 2026
AI Summary
The Travis AFB Basic Ordering Agreement (BOA) outlines the process for establishing a pool of qualified contractors for future construction projects at Travis AFB, CA. This is not a typical contract award; instead, it creates a vendor base from which competitive proposals for task orders will be solicited. There's no limit to the number of BOAs awarded, nor is there a guarantee of work or a minimum amount. The application process is open year-round, with evaluations occurring in four steps: compliance review (including active SAM registration and NAICS 236210 for small businesses), past performance (three multi-disciplinary projects within three years, preferably on military installations), bonding capacity, and architect/engineering capabilities (for design-build projects). Contractors passing the initial steps will be offered a BOA and assigned to either Pool 1 (Minor Construction, non-complex, no design) or Pool 2 (Major Construction, complex, requiring design and A/E capabilities). Pool assignments depend on bonding and A/E qualifications.
Consolidated RFI Responses_3.17.26.xlsx
Excel35 KBApr 22, 2026
AI Summary
The document is a Request For Information (RFI) form for a Multi-Award Construction (MACC) BOA at Travis Air Force Base, CA, focusing on clarifying application procedures and requirements for potential contractors. Key issues addressed include conflicting application due dates, with the definitive date now May 16, 2025, at 14:30. The SF 1442 form is for informational purposes only and does not need to be submitted. Past Performance Questionnaires (PPQs) are preferred, but CPARS can be attached as supporting documentation. The solicitation is a complete small business set-aside. SF330s are only required for Pool 2 applications, which will open after Pool 1. Environmental Engineering is not a mandatory discipline to pass for Architect-Engineering Qualifications.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 10, 2025
amendedAmendment #1· Description UpdatedApr 14, 2025
amendedAmendment #2· Description UpdatedApr 21, 2025
amendedAmendment #3Apr 21, 2025
amendedAmendment #4· Description UpdatedApr 28, 2025
amendedAmendment #5· Description UpdatedMay 19, 2025
amendedAmendment #6· Description UpdatedJun 5, 2025
amendedAmendment #7· Description UpdatedAug 11, 2025
amendedAmendment #8· Description UpdatedSep 23, 2025
amendedAmendment #9Sep 23, 2025
amendedAmendment #10· Description UpdatedDec 16, 2025
amendedAmendment #11· Description UpdatedDec 31, 2025
amendedAmendment #12Dec 31, 2025
amendedAmendment #13· Description UpdatedJan 7, 2026
amendedAmendment #14· Description UpdatedJan 22, 2026
amendedAmendment #15· Description UpdatedJan 28, 2026
amendedAmendment #16· Description UpdatedFeb 5, 2026
amendedAmendment #17· Description UpdatedFeb 19, 2026
amendedAmendment #18· Description UpdatedMar 10, 2026
amendedAmendment #19· Description UpdatedMar 17, 2026
amendedAmendment #20· Description UpdatedApr 21, 2026
amendedLatest Amendment· Description UpdatedApr 22, 2026
deadlineResponse DeadlineMay 16, 2025
expiryArchive DateMay 30, 2030

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4427 60 CONS LGC

Point of Contact

Name
Phillip Manwaring

Place of Performance

LINDA, California, UNITED STATES

Official Sources