Construct (10 each) Shade Structures at Goodfellow AFB FAM-CAMP
ID: FA303025Q0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction of ten steel-framed shade structures at the Goodfellow Air Force Base Recreation Camp in Texas. The project aims to enhance outdoor facilities and is estimated to have a total value between $100,000 and $150,000, with a completion timeline of 150 calendar days following the Notice to Proceed. Interested contractors must adhere to federal acquisition regulations, maintain compliance with labor standards, and ensure environmental sustainability throughout the construction process. For further inquiries, potential bidders can contact Sarah Sasseen at sarah.sasseen@us.af.mil or K. Shane Dunlap at kendol.dunlap@us.af.mil, with proposals due following a mandatory site visit.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines standard clauses for contracts with Nonappropriated Fund Instrumentalities (NAFIs) within the Department of Defense. It defines key terms such as "Contract," "Contractor," and "Contracting Officer," and emphasizes that no appropriated funds will be provided under these contracts. It also details processes for claims, protests, and appeals, stating that such disputes will be resolved in accordance with specific regulations. The NAFI retains the right to audit records, and contractors must maintain liability insurance. Importantly, the document mandates compliance with labor standards, including anti-trafficking policies and non-discrimination practices. Environmental sustainability initiatives are encouraged. Specific prohibitions against the procurement of certain telecommunications and video surveillance services are highlighted, in line with national security concerns. The document also touches on payment protocols, invoicing, travel reimbursements, and compliance with executive orders concerning minimum wage and paid sick leave. It underscores the NAFI's commitment to ethical procurement practices and regulatory adherence, essential for promoting accountability in government contracting.
    The document is a solicitation for bids regarding the construction of ten steel-framed shade structures at the Goodfellow Air Force Base Recreation Camp. It outlines important details such as the project number, requisition number, scope of work, and federal acquisition regulations. The total project value is estimated between $100,000 and $150,000, and it follows a full and open competition approach, which excludes small business program considerations under non-appropriated fund (NAF) contracting. Bidders must provide complete offers with performance bonds and adhere to a timeline, commencing work within ten days after contract award and completing it within 150 calendar days. A mandatory site visit is scheduled, and all proposals are subject to specific clauses and requirements outlined in the solicitation. This procurement process emphasizes transparency and regulatory adherence, aiming for efficient completion of construction work while safeguarding government interests. Overall, the document represents a structured request for contractor engagement in fulfilling government construction needs through formal bidding, ensuring compliance with established federal guidelines.
    The Statement of Work (SOW) outlines the construction of ten steel-framed shade structures at the Goodfellow Air Force Base Recreation Camp, emphasizing compliance with federal, state, and local regulations. The project's location is in San Angelo, Texas, with a work period of 150 calendar days following the Notice to Proceed. Key tasks include constructing the structures per specified design criteria, ensuring safety, protecting government property, and adhering to environmental requirements, which include managing hazardous waste and complying with green purchasing guidelines. The contractor must maintain site cleanliness and coordinate work to minimize disruption to ongoing operations. Additionally, the SOW mandates the submission of specific documentation related to materials, waste disposal, and safety, ensuring rigorous adherence to environmental management protocols throughout the project lifecycle. This SOW serves as a comprehensive guide for contractors, emphasizing accountability and compliance in military construction projects.
    The Goodfellow Rec Camp project outlines specifications for the construction of a sunshade and lean-to structure. The sunshade measures 30 feet in length and 15 feet in width, while the lean-to is 15 feet long and 10 feet wide. Both structures will be anchored using six footers, each featuring a 2-foot diameter and 2-foot deep concrete base with protruding studs for stability. The assembly of the sunshade will be carried out by a certified welder, with components bolted to the footers. The design is engineered to withstand wind loads, rated at IBC18 with a wind load capacity of 105. The details provided serve as preliminary guidelines for contractors to refer to when preparing proposals, ensuring a standardized approach to construction compliant with safety and durability requirements. This document forms a crucial part of the federal RFP process related to outdoor facility enhancements.
    The document outlines the wage determination for building construction projects in Irion and Tom Green Counties, Texas, applicable as of January 3, 2025. It specifies wage rates for various construction classifications under the Davis-Bacon Act and references Executive Orders 14026 and 13658, which establish minimum wage rates based on when contracts are entered or renewed. As of 2025, the minimum wage is set at $17.75 for contracts initiated after January 30, 2022, and $13.30 for other specified contracts. The wage determination includes detailed classifications and rates for various labor roles, such as boilermakers, operators, and electricians, with a focus on union rates where applicable. Additionally, it outlines the appeals process for wage determination disputes, providing contact information for various departments within the U.S. Department of Labor. Overall, the document serves to ensure compliance with federal wage laws for contractors involved in state and local construction RFPs and grants, thereby protecting worker rights and promoting fair labor standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Family Camp RV Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the Family Camp RV parking facilities at Shaw Air Force Base in South Carolina. The project involves the construction of 14 additional RV spaces, complete with necessary infrastructure such as an asphalt drive, electrical systems, and water and sewer connections, with an estimated project cost between $250,000 and $500,000. This initiative aims to enhance recreational facilities for military families, ensuring compliance with federal construction standards and environmental regulations throughout the project. Interested contractors must submit their bids by April 7, 2025, and can direct inquiries to Darrel Ford at darrel.ford.3@us.af.mil or by phone at 803-895-5381.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.
    Goodfellow Grounds Maintenance FY25
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for grounds maintenance services at Goodfellow Air Force Base in Texas for fiscal year 2025. The contract, estimated at $9.5 million, encompasses a range of services including the maintenance of improved and unimproved grounds, irrigation systems, debris removal, pest control, and shrub pruning, all aimed at ensuring a well-maintained environment that supports the base's operational needs. This procurement is set aside for economically disadvantaged women-owned small businesses, emphasizing the government's commitment to fostering diversity in federal contracting. Interested parties should direct inquiries to SSgt Merrick Ferguson at merrick.ferguson.1@us.af.mil or 325-654-5310, and must adhere to the specified performance standards and wage determinations outlined in the solicitation documents.
    Family Camp Recreational Vehicle Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Family Camp Recreational Vehicle Parking Expansion project at Shaw Air Force Base in South Carolina. The objective is to construct 14 additional RV parking spaces, including the installation of an asphalt drive, electrical systems, water and sewer connections, and other related infrastructure as outlined in the Statement of Work. This project is significant for enhancing recreational facilities for military personnel and their families, reflecting the Air Force's commitment to supporting service members. Interested small businesses must prepare for a site visit scheduled for February 7, 2025, and submit bids by April 7, 2025, with all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil.
    B3323 Fire Riser
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "B3323 Fire Riser" project at Goodfellow Air Force Base in Texas. This procurement involves the removal and replacement of a pre-action fire riser valve and associated piping, with a total project value under $25,000 and a completion timeline of 60 days from the start date, which is expected to be within 10 calendar days of contract award. The project is critical for maintaining fire safety infrastructure, ensuring compliance with safety and operational standards in government facilities. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by the specified deadlines and can direct inquiries to Ryan Ramjit at ryan.ramjit.2@us.af.mil or SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil for further information.
    T-7A Depot Maintenance Complex (DMC) Maintenance Hangar ? Hill AFB, UT
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the construction of a T-7A Depot Maintenance Complex (DMC) Maintenance Hangar at Hill Air Force Base in Utah. This project falls under the NAICS code 236210, focusing on industrial building construction, specifically for maintenance buildings. The construction of this hangar is critical for supporting the maintenance and operational readiness of the T-7A aircraft, which plays a vital role in the training of future pilots. Interested parties can reach out to Gilbert Coyle at gilbert.coyle@usace.army.mil or call 961-557-6986 for further details regarding the presolicitation notice.
    Convert B452 Wash Rack into 4-bay T-7A Hangar
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the conversion of the B452 Wash Rack into a new 4-bay T-7A hangar at Columbus Air Force Base in Mississippi. This project, identified as Project Number EEPZ197007, requires the contractor to manage all aspects of construction, including labor, materials, and compliance with safety and environmental standards, with a performance period of 548 days. The estimated construction magnitude is between $5 million and $10 million, and interested small businesses must submit their responses by March 6, 2025, including relevant qualifications and experience. For further inquiries, interested parties can contact Daniel Stilts at daniel.stilts@us.af.mil or call 662-434-3740.
    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 bids for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base in Utah. This project involves significant civil engineering construction work, aimed at enhancing the infrastructure necessary to support F-35 operations. The successful contractor will be responsible for the construction of various utilities and facilities, which are critical for the operational readiness of the F-35 program. Interested contractors can reach out to Michelle Spence at michelle.a.spence@usace.army.mil or by phone at 916-577-7900, or Natalia Gomez at natalia.gomez@usace.army.mil or 916-557-6868 for further details regarding the solicitation process.
    B-21 60 Row Environmental Protection Shelters - North
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is soliciting bids for the construction of B-21 60 Row Environmental Protection Shelters in the northern region. This procurement aims to provide essential environmental protection structures that support the operational readiness and safety of military aircraft. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is categorized under the PSC code Y1BZ for the construction of other airfield structures. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584, or Jessica Jackson at jessica.r.jackson@usace.army.mil or 402-995-2052 for further details.
    SOURCES SOUGHT: Basic Military Training (BMT), Dinning & Classroom Facility (DCF), JBSA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the construction of a Dining and Classroom Facility (DCF) as part of the Basic Military Training (BMT) at Joint Base San Antonio (JBSA) in Texas. This procurement aims to enhance the training environment by providing essential facilities that support the educational and dining needs of military personnel. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, highlighting its significance in supporting military readiness and training operations. Interested parties can reach out to Christine Noriega at christine.noriega@usace.army.mil or Linda Eadie at linda.d.eadie@usace.army.mil for further information regarding this opportunity.