100% Design, B501 Mission Planning Cell
ID: FA449725R0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: MANAGEMENT ENGINEERING (C214)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 4:00 PM UTC
Description

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.

Files
Title
Posted
Apr 10, 2025, 5:05 PM UTC
The document outlines the Statement of Work (SOW) for the Architectural and Engineering (A/E) services required for the 100% design of the B501 Mission Planning Cell at Dover Air Force Base. The objectives include creating architectural plans, upgrading HVAC, electrical, and communication systems, and ensuring all designs comply with relevant military standards and codes. The project has a performance period of 330 days and involves detailed deliverables, including design milestones, specifications, and cost estimates. Key phases include tenant meetings, design charrettes, and multiple design review stages, ensuring collaboration and compliance with government regulations. Special attention to security measures, controls, and environmental considerations such as sustainable design and asbestos removal is also emphasized. Overall, the SOW establishes a comprehensive framework to guide the entire design and construction process, ensuring quality and safety in support of military operations.
The Construction Security Plan (CSP) for the renovation of Building 501 at Dover Air Force Base outlines essential security measures during the project. The 436th Civil Engineer Squadron will manage the design and construction, with an estimated cost of $6.6 million. The CSP emphasizes Operations Security (OPSEC) and defines roles, particularly the Site Security Manager (SSM), responsible for project security compliance and oversight. Construction will follow specific standards to ensure the facility meets security requirements, particularly focusing on secure area perimeters and IT infrastructure for mission support. Key provisions include strict worker citizenship requirements, clearance checks, and prohibitions on certain items within the construction zone. A detailed risk assessment is absent, though existing security measures are deemed sufficient. Monitoring of the construction site will be continual, with inspections mandated for both personnel and materials. The document underscores the necessity for all personnel to adhere to stringent security protocols, reinforcing the importance of safeguarding access to sensitive locations during renovations, ensuring compliance with federal security standards while enhancing operational capabilities at Dover AFB.
Apr 10, 2025, 5:05 PM UTC
The document appears to be a technical error message related to a PDF file that cannot be displayed or accessed due to potential compatibility issues with the user's PDF viewer. It suggests upgrading to the latest version of Adobe Reader for proper functionality. Additionally, it provides links for further assistance with Adobe Reader. The warning serves as an indication of software-related barriers to viewing important government documents, which may contain RFPs (Request for Proposals), federal grants, or state and local RFPs. The inability to access the document underscores the importance of proper software for reviewing governmental materials effectively and highlights potential accessibility challenges in obtaining critical information related to federal or state proposals and grants.
Apr 10, 2025, 5:05 PM UTC
The document provides detailed guidelines for submitting Military Construction Project Data under various categories, intended for federal and military installations. It outlines the structure for project title, installation location, project costs, and category codes, emphasizing accurate classification and cost estimation based on established EEIC (Element of Expenditure) codes. Key focus areas include project descriptions, funding sources, and the necessity of repairs or renovations to maintain operational readiness. The form is standardized to facilitate approvals and compliance with relevant military construction regulations and policies. Additionally, it stipulates requirements for supporting documents and certifications from relevant authorities, ensuring comprehensive review and validation of proposed projects. The overall objective is to ensure that military facilities are adequately maintained and upgraded to support operational missions while adhering to fiscal responsibility.
The document outlines the requirements for architectural and engineering (A-E) firms tasked with developing construction cost estimates for military projects. It mandates the use of current Department of Defense (DOD) cost data and software tools such as PACES or MII, executed by experienced estimators with at least five years in government construction. Estimates must align with design maturity, thoroughly document calculations and assumptions, and apply relevant geographic cost factors. A Basis of Estimate (BOE) narrative report is required, detailing the estimation process for traceability. Additional documentation includes a summary estimate report and supporting materials. The review and validation process involves an independent Air Force Cost Engineering Reviewer, ensuring that comments are addressed before final approval. Timely submission and revision timelines are stipulated, highlighting the structured approach necessary for compliance with Air Force policies. The guidelines maintain adherence to established cost estimating standards and methodologies within military construction.
The Dover AFB OPSEC Awareness Guide for Contractors outlines essential procedures and countermeasures to safeguard sensitive information and personal identifiable information (PII). It underscores the importance of reporting suspicious behavior and restricts access to critical operational details regarding personnel, logistics, and mission capabilities. Contractors are instructed to handle PII with care, utilizing privacy covers, shredding policies, encryption, and password protection to prevent unauthorized disclosure. Secure communication practices are emphasized, including encrypted emails and limited sharing of sensitive information. The guide also warns against discussing operational details in public or on social media, ensuring only authorized personnel access classified data. These measures reinforce the need for vigilance in protecting military operational security and compliance with federal regulations, particularly for contractors involved in government RFPs and grants. Overall, this document serves as a comprehensive reference for maintaining security protocols at Dover Air Force Base.
The Dover Air Force Base Antiterrorism Awareness Pamphlet serves as a guide for contractors regarding their role in enhancing security and vigilance as part of the Global War on Terrorism. It emphasizes the importance of being alert to surroundings, recognizing inconsistencies, and reporting suspicious activities, such as unusual surveillance, unauthorized vehicle presence, and specific behaviors indicative of potential terrorist actions. The pamphlet outlines definitions, such as terrorism and various victimization scenarios, to raise awareness. Contractors are instructed on reporting procedures for suspicious activity and the urgency of providing accurate information to Security Forces. Different Force Protection Conditions (FPCON) are detailed, indicating the level of threat and corresponding security measures, ranging from normal to more stringent protocols. The overall purpose of this document is to empower contractors to act as force multipliers in safeguarding the base and its personnel by promoting awareness and proactive reporting of potential threats. This aligns with federal efforts to involve private sector partners in national security initiatives.
The Antiterrorism Guide for Contractors by the Department of the Air Force outlines essential procedures and responsibilities for contractors and subcontractors operating at Dover Air Force Base (DAFB). It emphasizes the importance of adhering to Department of Defense (DoD) antiterrorism standards to ensure the safety of personnel and resources from potential terrorist threats. Key components include mandatory training for personnel on antiterrorism awareness, specifically through designated online platforms for those with and without Common Access Cards (CAC). The guide also underscores the significance of reporting suspicious activities through various hotlines and encourages a proactive approach to security, including detailed reporting procedures. These cover recognizing suspicious behaviors, such as surveillance, testing of security, and acquiring unauthorized supplies. Lastly, the guide specifies that if the Force Protection Condition (FPCON) is elevated to Charlie or Delta, contract services may be discontinued. This document serves as a critical tool for promoting a secure working environment and ensuring compliance with federal security regulations for contractors involved with the Air Force.
Apr 10, 2025, 5:05 PM UTC
The document outlines the Construction Cost Estimate for the FJXT210104 project, which involves repairing the ATC Windshield & Water Intrusion at Dover Air Force Base. Utilizing the Construction Specifications Institute (CSI) format, contractors are required to complete the cost estimate based on prefilled division sheets while allowed to add any missing elements. Each division, from General Requirements to Electrical, outlines various construction costs that will contribute to the overall project budget. Contractors must fill in specific overhead and profit percentages on the summary tab, while accounting for unique conditions in each division, particularly when subcontractors or the prime contractor self-perform certain tasks. The comprehensive estimate reflects the project’s scope and assists in budgeting for necessary repairs to ensure regulatory compliance and operational efficacy at the facility. This structured approach facilitates transparency and accuracy in cost estimation, essential for responding to federal RFPs, grants, and local construction requests. The emphasis on detailed division assessments underscores the complexity and significance of the project, ensuring adequate funding and resource allocation while adhering to government standards.
Apr 10, 2025, 5:05 PM UTC
Apr 10, 2025, 5:05 PM UTC
The document outlines a Request for Proposal (RFP) for the construction of the 100% Design B501 Mission Planning Cell at Dover Air Force Base, with a solicitation number FA449725R0011. It specifies that the project is set aside for small businesses under NAICS Code 541310 with a size standard of $12.5 million. The projected contract magnitude is between $500,000 and $1 million, with a performance period of 330 calendar days. The document highlights several requirements for bidders, including the need for sealed offers, performance bonds, and compliance with various federal acquisition regulations. A site visit is scheduled for April 21, 2025, and questions from offerors must be submitted by April 23, 2025. It is also noted that funding for this project is not currently available, and the government reserves the right to cancel the solicitation if necessary. Overall, the document aims to ensure a fair and structured bidding process for small businesses to participate in the upcoming construction project, emphasizing compliance, performance standards, and deadlines.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Dover AFB - Dorm B435 Design, Demolition, & Construction
Buyer not available
The Department of Defense, through the 436th Contracting Squadron, is seeking qualified contractors for the design, demolition, and renovation of Dormitory Facility 435 at Dover Air Force Base in Delaware. The project involves providing comprehensive 100% design services, adhering to the Air Force Whole Building Design Guide and applicable codes, with a focus on extensive interior and exterior repairs, HVAC system updates, and enhancements to fire suppression and electrical systems. This initiative is crucial for maintaining and modernizing living facilities for personnel, with an estimated project value exceeding $10 million. Interested firms must submit their capability statements by May 9, 2025, and should contact SSgt. Jacqueline S. Evans at jacqueline.evans.3@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil for further information.
FY25 Exterior Paint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Exterior Paint project at Dover Air Force Base, Delaware. The contractor will be responsible for providing all necessary design, labor, materials, tools, and equipment to repaint the exteriors of Buildings 600, 635, and 921, adhering to the Air Force Whole Building Design Guide and DAFB Installation Facilities Standards. This project is crucial for maintaining the aesthetic and structural integrity of the facilities, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit sealed bids by April 28, 2025, and can direct inquiries to Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil or TSgt Joshua Brooks at joshua.brooks.14@us.af.mil.
Design/Build Maintenance and Repair (MRAR) of an Army Reserve Center (ARC) in Delaware, OH
Buyer not available
The Department of Defense is soliciting proposals for the Design/Build Maintenance and Repair (MRAR) of the Delaware Memorial Army Reserve Center (ARC) located in Delaware, Ohio. This project involves comprehensive renovations covering approximately 13,225 square feet, including upgrades to HVAC, electrical distribution, fire protection systems, and interior finishes, with an estimated construction cost between $10 million and $25 million. The procurement process is structured in two phases, emphasizing the selection of qualified contractors based on past performance and technical approach, and is designated as a total small business set-aside to encourage participation from small businesses. Interested contractors must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) and comply with detailed submission requirements, with the primary contact for inquiries being Rachael McClellan at Rachael.L.McClellan@usace.army.mil.
BPA- HVAC Insulation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) focused on HVAC insulation services at Dover Air Force Base in Delaware. This procurement is a 100% Small Business Set-Aside, requiring contractors to provide management, tools, materials, and labor for the installation of insulation aimed at enhancing energy efficiency and safety across various applications. Interested contractors must submit their proposals via email by May 1, 2025, with all questions directed to the designated points of contact by April 23, 2025. For further inquiries, potential offerors can reach out to Ms. Princess Rivera at princess.rivera.1@us.af.mil or Lt. Jayden Thiergood at jayden.thiergood.1@us.af.mil.
FA8604 MMH System at Dover MMHS
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FA8604 MMH System at Dover Air Force Base, Delaware, under Solicitation Number FA8604-25-R-B021. The procurement involves the design, fabrication, installation, and testing of a Mechanized Material Handling System, with a total of eight line items specified in the request for proposal. This system is crucial for enhancing material handling efficiency at the base, and the contract completion is required within 360 days from the award date. Interested parties must submit their proposals by 3:00 PM Eastern Daylight Time on May 21, 2025, and are encouraged to direct any questions to the primary contacts, Andrew Petersen and Samantha Ekberg, via email. All proposals must be submitted through the Procurement Integrated Enterprise Environment (PIEE) platform, and late submissions will not be considered.
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.
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.
Repair (Sustain) B1994, Child Development Center (CDC) Hanscom AFB
Buyer not available
The Department of Defense, through the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the selective renovation of the Child Development Center (CDC) located in Building 1994 at Hanscom Air Force Base in Massachusetts. The project aims to address system deficiencies, ensure compliance with relevant codes and requirements, and update the facility’s finishes while maintaining services for children aged 6 weeks to 5 years. This initiative is crucial for supporting Air Force Child Development and Youth Programs and will require skilled labor across multiple trades, alongside input from licensed engineers and architects. The contract is a firm fixed-price agreement expected to commence in September 2025, and interested parties are encouraged to submit feedback within 15 days of this announcement to the designated contacts: Ashley Martin at ashley.martin.17@us.af.mil and Lt Amanda Thoman at amanda.thoman@us.af.mil.
P2# 493117 Child Development Center (CDC), Mountain Home Air Force Base (MHAFB), Mountain Home, Idaho
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking proposals for the design and construction of a Child Development Center (CDC) at Mountain Home Air Force Base in Idaho. This project involves creating a medium-sized facility that will accommodate various child activity areas, administrative spaces, and essential support facilities, with a construction magnitude estimated between $25 million and $100 million. The selected contractor will be required to adhere to specific design and construction standards, including compliance with Department of Defense antiterrorism requirements. Interested small businesses must ensure they are registered in the System for Award Management (SAM) to access the Request for Proposal (RFP) documents, which are expected to be posted on or about April 30, 2025, with responses due by June 2, 2025. For further inquiries, contact Javon Miller at javon.m.miller@usace.army.mil or 206-572-7102.
Convert B290 & 291 to LRS Warehouse
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of Buildings 290 and 291 at Holloman Air Force Base in New Mexico, aimed at enhancing the operational capabilities of the 377th Logistics Readiness Squadron (LRS). The project involves a comprehensive design/build effort that includes demolishing, renovating, and constructing new facilities, with a focus on administrative and storage spaces, as well as the installation of a new overhead loading dock and updates to communication systems. This initiative is critical for modernizing military facilities to meet operational demands, with a contract value anticipated between $1 million and $5 million. Interested contractors must ensure compliance with all solicitation requirements and register in the System for Award Management (SAM) to be eligible for consideration, with the solicitation expected to be posted around May 12, 2025. For further inquiries, potential offerors can contact SrA Zelena Dorudemir at zelena.dorudemir@us.af.mil or SrA James Trill at james.trill.1@us.af.mil.