Tinker AFB MAC BOA - WWYK230053 - Replace Vault and Fuel Tank B3202
ID: FA813725R0037Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8137 AFSC PZIOCTINKER AFB, OK, 73145-9125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: MAINTENANCE BUILDINGS (C1EB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a design-build project at Tinker Air Force Base (AFB) to replace the vault and fuel tank at Building B3202. The project involves significant upgrades, including the removal of an underground fuel vault, installation of a new above-ground diesel tank, and extensive civil, architectural, mechanical, and electrical enhancements to meet current codes and Tinker AFB standards. The estimated contract value ranges between $1,000,000 and $5,000,000, with a project completion timeline of 330 calendar days following the notice to proceed. Interested parties, particularly Tinker AFB - MAC BOA Holders, must RSVP for the initial site visit by June 20, 2025, and submit any Requests for Information (RFIs) by June 30, 2025, to the designated contacts, Hailie Reyes and Sara Hinds, via their provided emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The Tinker Air Force Base Fire Protection Standard (2023 Edition) outlines minimum requirements for fire protection and life safety in projects at Tinker AFB, Oklahoma. It mandates adherence to Unified Facilities Criteria (UFC) 1-200-01 and other referenced standards. The document details specifications for fire-rated walls, firestopping contractor and inspector qualifications, and material submittal requirements. It also covers fire department access, including KNOXBOX installations and interior fire lane dimensions for specific buildings. Detailed guidelines are provided for fire hydrants, special hazards systems, automatic sprinkler systems (including contractor qualifications, piping, and FDC specifications), and comprehensive fire alarm and mass notification systems. The fire alarm section addresses contractor qualifications, reporting equipment (Monaco Enterprises), control equipment, initiating and notification devices, wiring, power, and standardized MNS messages for various emergencies.
    The Tinker Air Force Base Fire Protection Standard outlines the essential fire protection and life safety protocols for projects at Tinker AFB, Oklahoma. It mandates adherence to the Unified Facilities Criteria (UFC) 1-200-01 and specifies minimum standards for project development, construction, and fire safety design. Key points include requirements for fire-rated walls and firestopping contractor qualifications, which necessitate certification and training. Additionally, the document details the installation and inspection processes for fire protection systems, including automatic sprinklers and fire alarms. It emphasizes the necessity for effective communication and review meetings among contractors and the base's fire and engineering services, ensuring compliance with safety protocols. The standard also addresses features like fire lanes, hydrants, and mass notification systems with prescribed technical specifications and operational guidelines. By following these standards, Tinker AFB aims to enhance safety and compliance across facilities while preparing for potential emergencies effectively.
    The Tinker Air Force Base (TAFB) Electrical Standards document outlines compliance requirements and guidelines for electrical work at the facility, revised for 2024. It mandates adherence to national standards, including the National Electrical Code (NEC), safety regulations, and specific Unified Facilities Criteria (UFC). Key components include detailed design requirements, installation standards, and metering specifications. Design considerations emphasize verifying existing conditions, analyzing future energy needs, and using 480/277V systems when applicable. Installations must employ qualified electricians, ensure standardized materials, and include specifications for wiring color-coding and equipment placement. Advanced Digital Metering (ADM) systems are required for energy monitoring, including specific installation and calibration guidelines. External systems are regulated for aesthetic compatibility and comprehensive identification protocols. Medium voltage distribution standards emphasize securing infrastructure against environmental factors and ensuring proper grounding and bonding practices. The electrical infrastructure's design, installation, and operational management at TAFB are closely monitored to enhance safety, reliability, and energy efficiency while addressing future operational needs and compliance with relevant federal regulations. This document guides contractors and engineers in delivering consistent and safe electrical setups in government projects.
    The project WWYK230053 at Tinker Air Force Base, Oklahoma, involves replacing an existing underground fuel vault and fuel tank at Building 3202. This comprehensive project includes extensive demolition of the current vault, fuel tank, associated piping, and electrical systems, along with the removal of asbestos-containing materials from the roof. New construction will feature the installation of double-wall fuel storage tanks, new stainless steel fuel piping, updated electrical panels, transformers, and LED lighting. The scope also includes site work such as constructing a new reinforced concrete driveway for fuel truck access, backfilling excavations, and restoring the ground with sod grass. All work must adhere to strict codes and standards, including UFC 3-460-01, ASME B31.3, and Oklahoma Administrative Code Titles 165, Chapters 25 and 26, with particular attention to hazardous material disposal and safety protocols.
    The "Design Narrative" outlines the replacement of a vault and fuel tank at Building 3202, Tinker Air Force Base, project number WWYK230053. This project involves civil, architectural, structural, mechanical, and electrical upgrades, including the removal of an underground fuel vault, installation of a new above-ground diesel tank, a new roof, enhanced ventilation, and fuel piping. The work adheres to various federal and base-specific codes and standards, such as IBC, UFC, NFPA, and TAFB Facility Standards. Key aspects include hazardous material testing during demolition, concrete and steel structural repairs, a new ventilation system, and electrical system modernizations with new panels and LED lighting. Fire protection and life safety measures, including emergency lighting and hot work protocols, are also detailed, ensuring the project meets current safety and operational requirements.
    The design narrative for the Tinker Air Force Base project, designated as WWYK230053, outlines the replacement of the underground fuel vault and installation of an above-ground fuel tank at Building 3202. The project encompasses civil, architectural, structural, mechanical, electrical, and fire protection upgrades aimed at compliance with applicable codes and standards. Key activities include demolishing existing structures and systems, installing new roofing, enhancing electrical systems, and improving mechanical ventilation. Civil work involves excavation, site grading, and perimeter fencing modifications for truck access. The architectural focus addresses water infiltration and masonry repairs, ensuring historical preservation standards are met. Structural enhancements will support new mechanical, electrical, and plumbing installations while repairing corroded elements. Fire protection measures will maintain safety compliance during construction, requiring careful coordination of existing systems and new installations. The project emphasizes modernizing infrastructure to meet regulatory standards and improve operational efficiency at Tinker AFB.
    This Statement of Work (SOW) outlines the requirements for a design-build project at Tinker Air Force Base (AFB), Oklahoma, focusing on installing a new above-ground diesel tank within Building B3202. The project encompasses comprehensive design and engineering services, material procurement, labor, and equipment for structural, mechanical, and electrical upgrades, including new ventilation, fuel piping, LED lighting, and panel replacements. All work must comply with current codes and Tinker AFB standards. The Contractor is responsible for site investigations, identifying all necessary logistical and architectural elements, and providing a fully functional system. Key personnel, including Project Manager, Design Project Manager, Quality Control Manager, Site Safety and Health Officer, and Project Superintendent, are required with specific experience and certification. The SOW also details requirements for contractor personnel identification, badging, quality control, health and safety, environmental regulations, utility outages, documentation standards, and a detailed design/construction schedule with defined Government review times. The design process involves preliminary, intermediate, pre-final, and final design submittals, adhering to various Unified Facility Criteria (UFCs) and Tinker AFB standards. The contractor must maintain as-built drawings and provide record drawings upon project completion.
    The Statement of Work (SOW) outlines the requirements for the design and installation of a new above-ground diesel tank at Tinker Air Force Base, Oklahoma. The project encompasses design and engineering services, materials, labor, and testing, ensuring compliance with current building codes and military standards. Key improvements include new ventilation, electrical systems with LED lighting, structural upgrades, and repairs to corroded elements. The contractor is responsible for site investigations and must provide necessary personnel, all of whom must possess current certifications. A project manager, design project manager, and quality control manager must be appointed, with specific qualifications required for each role. Safety is prioritized, with protocols for emergency procedures and health compliance. Furthermore, the document delineates project timelines, submission requirements, and quality control measures. It emphasizes that all subcontractors must be appropriately licensed and that the contractor must manage operational adjustments during construction. Overall, this SOW represents a comprehensive framework aimed at facilitating a successful and safe construction project within a military context.
    The document outlines the submittal register for the project at Tinker Air Force Base regarding the repair of vault tank B3202. It details various preconstruction submittals, testing reports, and closeout documentation required by the contractor. Each item in the register is categorized by specification section, including key documents such as health and safety plans, environmental management systems, and construction phasing plans, emphasizing compliance with government regulations. The organization of the submittal information reflects a systematic approach to project management, ensuring that safety, environmental standards, and quality control measures are addressed. The register requires timely submissions, including monthly reports and documentation of training, to facilitate project transparency and proper oversight. This systematic structure ensures adherence to federal and state requirements throughout the construction process, aiming for successful project completion while prioritizing safety and regulatory compliance.
    The document outlines a construction project involving the replacement of a vault and fuel tank at Building 3202 on Tinker Air Force Base, Oklahoma. It specifies project management details, responsibilities of contractors, and demolition and construction requirements. Key activities include the removal of existing hazardous materials, excavation, construction of new concrete driveways, and installation of a new double-wall, 200-gallon fuel storage tank. Environmental safety measures, including soil testing for hazardous materials and the need for a licensed operator during tank removal, are emphasized. The plans mandate compliance with relevant codes and the incorporation of safety standards for new installations, including proper venting and electrical grounding. Overall, the project aims to enhance operational safety and efficiency while ensuring adherence to federal regulations regarding hazardous materials management.
    The Asbestos Inspection Report for building 3202, conducted by Civil Engineering Environmental (CEIE) on February 20, 2024, identifies the presence of asbestos in black and gray roof materials, constructed in 1942. All samples taken from different roof areas showed significant damage and contained chrysotile asbestos at 15%. The report categorizes the condition of the materials as significantly damaged, necessitating Class II asbestos work for any future roof repairs or replacements. Notably, the inspection also noted the poor condition of the roof, which harbors a small tree in the southwest corner. The findings underscore the need for careful handling and abatement of asbestos-containing materials to ensure safety and regulatory compliance during any restoration or construction activities on the building.
    This government solicitation, FA813725R0037, is an Invitation for Bid (IFB) for the "WWYK230053 Repair Vault Tank B3202" project at Tinker Air Force Base, Oklahoma. The project involves furnishing all design/engineering services, materials, labor, and equipment to install a new above-ground diesel tank inside Building B3202. This includes new ventilation, fuel piping, electrical updates (LED lighting, new panels, fuel system connections), and structural work to support new MEP installations, repair corroded steel hoist structures, and upgrade civil, architectural masonry, and roof systems. All improvements must meet current codes and Tinker AFB standards. The contractor is required to commence work within 10 calendar days of receiving a notice to proceed and complete the project within 330 calendar days. Liquidated damages of $227.75 per calendar day will apply for delays. The solicitation also incorporates various FAR and DFARS clauses, including requirements for electronic invoicing via Wide Area WorkFlow (WAWF), Buy American provisions for construction materials, and post-award small business program rerepresentation. Progress payments are detailed, and a Value Engineering-Construction clause encourages cost-saving proposals.
    The document outlines a federal solicitation for a construction project at Tinker Air Force Base, Oklahoma, specifically for the installation of a new above-ground diesel tank in building B3202. The contractor is required to provide design, engineering, materials, labor, and transportation to accomplish this task, which includes installing new ventilation, fuel piping, electrical upgrades, and repairing structural components to meet current codes and standards. The solicitation serves as an invitation for bids (IFB), requiring interested contractors to submit sealed offers, complete certain requirements such as performance and payment bonds, and adhere to specific timelines for the project's commencement and completion, which is set at 330 calendar days from the notice to proceed. All proposals need to comply with indicated pricing arrangements, including firm fixed price and various federal regulations regarding construction work. This solicitation reflects the government’s commitment to upgrading military infrastructure while ensuring compliance with budgetary and safety standards. The document emphasizes the importance of transparency in bidding and outlines the responsibilities of contractors to meet project specifications and timelines while ensuring the safety and efficacy of the construction process.
    The General Decision Number: OK20250049 outlines prevailing wage rates for building construction in Oklahoma County, Oklahoma, excluding residential construction of single-family homes and apartments up to four stories. It details the applicability of Executive Orders 14026 and 13658, setting minimum wage rates for federal contracts. EO 14026 mandates a minimum of $17.75 per hour for contracts entered into or renewed after January 30, 2022, while EO 13658 requires $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed. The document provides specific wage and fringe benefit rates for various crafts, including Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Plumbers, Pipefitters, Roofers, Sprinkler Fitters, and Sheet Metal Workers. It also lists rates for various other classifications, noting that some workers may be entitled to higher minimum wages under the Executive Orders. The document includes information on the Executive Order 13706 for paid sick leave and the process for appealing wage determinations.
    The document outlines the General Decision Number OK20250049, relevant to wage determinations in Oklahoma related to building construction projects, which excludes residential projects. It details requirements under the Davis-Bacon Act and subsequent Executive Orders related to wage standards for federal contracts. For contracts initiated or extended post-January 30, 2022, the minimum wage for covered workers is set at $17.75 per hour, while contracts awarded within specified earlier dates adhere to a minimum of $13.30 per hour. The document lists various skilled labor classifications and their corresponding wage rates and fringe benefits, including those for roles such as electricians, plumbers, and operators. Additionally, it provides guidelines for appeals regarding wage determinations and outlines regulations for paid sick leave for federal contractors. This concise guideline serves as a comprehensive resource for understanding wage obligations for construction contracts and the associated protections for workers, ensuring compliance with federal regulations in Oklahoma's construction sector.
    The RFI WWYK230053, concerning the replacement of a vault and fuel tank at B3202, addresses a specific requirement regarding the removal of the return fuel line. The government's response clarifies that capping the diesel fuel tank return line is acceptable for the portion within B3202. For the section of the fuel return line outside of B3202, it must be cut and capped within one foot of the building perimeter. This response, digitally signed by RICHENBURG.PAUL.JOHN.IV.1289951691, provides a clear directive for contractors involved in the project, simplifying the removal process and preventing unnecessary demolition of the slab.
    The document addresses a request for information (RFI) related to the replacement of a vault and fuel tank in building B3202. It specifically inquires about the protocol for handling the return fuel line, questioning whether it should be capped or completely removed. The government response confirms that capping the diesel fuel tank return line is acceptable for the section within B3202, while requiring that the segment of the return line outside the building be cut and capped within one foot of the perimeter. This clarification is crucial for ensuring compliance with project specifications and safety measures during the renovation process. The document underscores adherence to procedural guidelines in managing fuel storage infrastructure, reflecting the federal government's emphasis on proper maintenance and environmental safety when undertaking such projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) program for construction, repair, and maintenance services at Tinker Air Force Base in Oklahoma. This program aims to provide a broad range of construction services, including Design-Build and Construction Only projects, with a focus on small business participation for projects valued under $25 million, while larger projects will be open to full competition. The BOA will be valid for up to five years, and interested contractors must submit proposals in response to the annual BOA Invitation to qualify for future Order Proposal Requests (OPRs). For further inquiries, contractors can contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil, with a proposal submission deadline of January 15, 2026, and a Pre-BOA Invitation Conference to be announced.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Offutt Tank Inspection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    Fort Irwin Tank Transfer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Fort Irwin Tank Transfer project, which involves essential repairs to fueling systems at three sites within Fort Irwin, California. The project includes repairing the Bulk Storage Facility, upgrading the Bicycle Lake Army Airfield fueling system, and enhancing the Retail Fueling Facility, with tasks such as installing secondary containment liners, constructing new storage tanks, and upgrading Automatic Tank Gauge panels. These repairs are critical for maintaining the operational readiness of fuel storage and distribution systems that support military operations. Interested small businesses are encouraged to contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Minhthu Vu at minhthu.t.vu@usace.army.mil for further details, as this opportunity is set aside for total small business participation under NAICS code 237120.
    Fair Opportunity Exception - Title II Services for Hangar 4 Construction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for Title II services related to the construction of Hangar 4 at Joint Base Andrews in Maryland. This procurement involves the repair or alteration of fuel supply facilities, which are critical for maintaining operational readiness and safety at the base. Interested parties should refer to the attached Fair Opportunity Exception Justification document for further details. For inquiries, potential bidders can contact Anita Brown at anita.brown@us.af.mil or by phone at 301-981-1949, or Kerryn P. Loan at kerryn.loan@us.af.mil or 240-612-5652.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    SP-POL-SRM-FY26-JBLE- Repair POL Operations and Fuel Facilities Buildings 741 and 744
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the repair of POL Operations and Fuel Facilities Buildings 741 and 744 at Langley Air Force Base, Virginia. The project involves significant renovations to Building 741, which includes upgrading HVAC systems, electrical and plumbing infrastructure, and replacing fire alarm systems, while Building 744 will be demolished and replaced with a new Fuels lab that includes laboratory spaces and office areas. This procurement is crucial for maintaining operational efficiency and safety in fuel management operations, with an estimated contract value between $5 million and $10 million and an anticipated award date of March 30, 2026. Interested parties should submit their sources sought information to Timothy Boyte at timothy.b.boyte@usace.army.mil and Brandon Hobbs at brandon.s.hobbs@usace.army.mil.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.