Tri-Base Area Construction Basic Ordering Agreement
ID: FA558724R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5587 48 CONSAPO, AE, 09461-5120, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the Tri-Base Area Construction Basic Ordering Agreement (BOA) to perform various construction projects at RAF Lakenheath, RAF Mildenhall, and RAF Feltwell in the United Kingdom. The procurement aims to establish a framework for general construction, renovations, and maintenance services, ensuring compliance with U.S. and UK construction standards, health, safety, and environmental regulations. This BOA is crucial for maintaining and enhancing military infrastructure, with task orders to be competitively awarded based on pricing and quality criteria. Interested contractors should contact Mr. Roger Morris at roger.morris.7@us.af.mil or call 01638 522 394 for further details, and applications will be accepted on a rolling basis until the solicitation closes.

    Point(s) of Contact
    Files
    Title
    Posted
    The Tri-Base Area Construction Basic Ordering Agreement (BOA) outlines a framework between the U.S. Government and contractors for various construction projects at RAF Lakenheath, RAF Mildenhall, and RAF Feltwell in the UK. This agreement allows the Government to issue Task Orders (TOs) for general construction, renovations, and maintenance, covering a wide range of services from design to execution. Projects may vary in design complexity and scope, with contractors handling everything from demolition to specialized trade work. The agreement mandates strict compliance with both U.S. and UK construction standards, health, safety, and environmental regulations. Contractors must undergo a vetting process for access to military installations and are held responsible for securing government property, ensuring safety protocols, and managing hazardous materials. Task Orders are to be competitively awarded, with a focus on achieving best value through both pricing and quality criteria. Contractors must submit detailed plans and documentation, including quality control measures and environmental impact assessments, and are responsible for extensive project closeout documentation, including as-built drawings and warranties. This BOA represents a significant commitment by the U.S. Air Force towards maintaining and enhancing military infrastructure, emphasizing compliance, quality, and safety throughout the construction processes.
    The document outlines the Base Standards for RAF Lakenheath and RAF Feltwell, which establish technical performance, design, and aesthetic guidelines for facilities within these bases. Its main purpose is to ensure consistency in the design and construction processes, contributing to “Installation Excellence.” The standards cover various aspects, including architectural items, landscape requirements, civil/structural guidelines, environmental compliance, and engineering installations. Updates to these standards will occur annually, with provisions for derogation through a specified process. The document specifies that all designs must comply with relevant US and UK regulations, while also offering supplementary resources and specialized technical standards to be referenced as needed. Responsibility for the application of these standards is designated to the Wing Commander and the Base Civil Engineer, ensuring accountability. The Base Standards serve as a comprehensive framework for contractors and design teams, integrating health, safety, and environmental factors through robust specifications and guidelines aimed at improving overall facility quality and performance on the bases.
    The document outlines the Base Standards for construction and facility maintenance at RAF Mildenhall, UK, under BOA Number FA558724G0001. It establishes technical and aesthetic benchmarks for contractors and engineers, ensuring compliance with stringent U.S. Forces and UK regulations. Key processes include a change management program involving regular updates, feedback from facility managers, and approvals from relevant authorities. Central topics cover architectural guidelines, contractor responsibilities for accessing the base, site management protocols, and environmental considerations for construction. Specific attention is given to safety regulations, sustainability, and design uniformity, crucial for maintenance and operational efficiency. The document provides mandatory and advisory requirements for materials, landscaping, civil/structural considerations, fire protection, engineering, and communication systems. Finally, it emphasizes a systematic approach for work orders and waivers, ensuring all projects adhere to established standards. The overall goal is to promote consistency and quality in the design and construction processes at the base while safeguarding security and environmental integrity.
    The TRI-BASE Construction Blanket Ordering Agreement Application is a standardized document used for submitting applications by construction firms wishing to work on projects, particularly at RAF bases. The application requires detailed information about the company, including contact details, CAGE Code, and SAM Registration status, as well as confirmation of adherence to the UK Construction Industry Scheme. Key sections include a listing of construction disciplines relevant to the company, alongside three case studies of previous work completed at RAF bases, detailing project titles, contract numbers, locations, values, and work descriptions. Moreover, applicants need to specify their architectural and engineering capabilities, identifying whether they are acting as a principal or subcontractor for various disciplines, such as structural and environmental services. This application serves to streamline the contracting process, ensuring that qualified firms are evaluated based on their experience and specialized capabilities, which is critical for government RFPs and grant submissions in the construction sector. Overall, the document aims to facilitate compliance and oversight in selecting contractors for federal and state projects.
    The document provides instructions for submitting applications for the Tri-Base Area Construction Basic Ordering Agreement (BOA). Offerors are encouraged to reach out with questions and must submit applications via email to the designated contact. There is no strict deadline for submissions, as applications will be processed in the order received until the solicitation closes. To apply, companies must first register at SAM.gov and submit a complete application, which includes a signed cover letter, a completed BOA Application form, and for those seeking inclusion in the Design Build Construction Pool, the SF-330 form detailing architectural and engineering qualifications. The cover letter must specify any exceptions to the BOA Terms and Conditions, while the BOA Application requires documentation of relevant experience and capabilities. Submissions must be sent via email, and applicants can expect acknowledgment of receipt within 72 hours. If confirmation is not received, they should follow up with a phone call. This document outlines a structured approach for potential contractors to secure agreements for construction services, reinforcing compliance and thorough preparation throughout the application process.
    The document outlines the application evaluation procedures for establishing Basic Ordering Agreements (BOAs) between the US Air Force and qualified contractors for future construction work at RAF bases in the UK, specifically Lakenheath, Feltwell, and Mildenhall. The selection process involves creating contractor pools tailored to various types of construction projects, including renovations and infrastructure developments. Contractors will be evaluated through a multi-step process, assessing compliance with regulations, licensing under the UK Construction Industry Scheme, and past performance on RAF contracts. Successful applicants may be assigned to specific pools such as Minor Construction or Design Build, depending on their capabilities. Key evaluation factors include active registration in the System for Award Management (SAM), contractor licensing, and qualifications of partnering architecture/engineering firms. The conclusion emphasizes the flexibility to adapt the number of pools based on demand and the qualifications of applicants, ensuring a diverse contractor base for the Air Force's requirements.
    The government document outlines the Architect-Engineer Qualifications Standard Form 330, used by federal agencies to assess the professional qualifications of architect-engineer (A-E) firms for contract selection. It details the process, which involves public announcements for A-E services, selection of qualified firms based on specific criteria, and negotiation of contracts at reasonable prices. The form is divided into parts: Part I focuses on contract-specific qualifications, while Part II covers general qualifications of the firm. Agencies may supplement instructions; thus, firms must adhere strictly to individual agency requirements when submitting their qualifications. Key personnel and their relevant projects are highlighted to showcase the firm’s expertise. Sections include contact information, organizational charts, resumes, and examples of relevant projects showcasing team capabilities. Additionally, the form emphasizes transparency and mandates that changes to project teams are approved by contracting officers. The document facilitates a structured selection process, ensuring that appropriate qualifications are considered for federal contracts.
    The document outlines a Federal Government solicitation for constructing and renovating facilities under a Basic Ordering Agreement (BOA), specifically for projects at RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. The purpose of this BOA is to provide a broad range of renovation and construction services ordered through Task Orders issued by authorized contracting officers, with no guaranteed future orders. The agreement should be executed within a term extending until March 31, 2029, with individual task orders possibly lasting beyond this date. Key requirements include furnishing performance and payment bonds, adhering to price structures defined as firm fixed prices, and ensuring all services are compliant with Federal Acquisition Regulations (FAR). The contractor must submit detailed invoices and follow strict documentation protocols using the Wide Area Workflow (WAWF) system for payment processing, all while ensuring compliance with safety and material standards. The document's structure includes sections on solicitation terms, requirements for product delivery, administrative data, contract clauses, and additional information on health safety and environmental protection.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Non-Complex Construction and Design Build Construction, Basic Ordering Agreement RAF Lakenheath, Suffolk
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking Non-Complex Construction and Design Build Construction services for RAF Lakenheath, Suffolk in GBR. This service is typically used for basic ordering agreement for construction and design build projects at RAF Lakenheath, Suffolk. For more information, please contact Claire Switzer at claire.switzer.gb@us.af.mil.
    Dining Facility (DFAC) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide Dining Facility (DFAC) Services at RAF Lakenheath in Suffolk, United Kingdom. The procurement involves comprehensive food service operations at the Knights Table Dining Facility and the Hot Pit Flight Kitchen, including food preparation, serving, sanitation, and waste management, while ensuring compliance with military protocols and high service standards. This contract is crucial for maintaining operational readiness and providing quality meal services to military personnel, particularly during emergencies or special events. Interested parties can reach out to Roman Pavlovich at roman.pavlovich@us.af.mil or Christopher Stallings at christopher.stallings.2@us.af.mil for further details regarding this opportunity.
    RAF Lakenheath - Clinical Laboratory Work Benches
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of clinical laboratory work benches at RAF Lakenheath, UK, under solicitation number FA558725Q0012. The project aims to enhance clinical testing capabilities for the 48th Medical Group by providing 12 units of specialized work benches, which will require a thorough site assessment, adherence to health and safety regulations, and coordination with local contractors for installation. This procurement is critical for maintaining operational efficiency in clinical settings, ensuring compliance with military standards, and facilitating effective laboratory operations. Interested vendors must submit their quotes by March 14, 2025, and can contact Jordan Temple at jordan.temple.1@us.af.mil or Isaiah Vinson at isaiah.vinson@us.af.mil for further information.
    FY25 Multiple Award Construction Contract (MACC) at Moron Air Base
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the FY25 Multiple Award Construction Contract (MACC) at Moron Air Base located in Sevilla, Spain. This procurement aims to engage firms specializing in commercial and institutional building construction to fulfill various construction needs at the base. The selected contractors will play a crucial role in supporting the operational capabilities of the Air Force through the development and enhancement of infrastructure. Interested parties can reach out to Terrel Cloud at terrel.cloud@us.af.mil or by phone at 34955848858, or Elia Portz at elia.portzcueli.1.es@us.af.mil or 34955848017 for further details regarding the opportunity.
    Static Aircraft Display Restoration - F100D
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the restoration of a static F100D aircraft display at RAF Lakenheath, Suffolk, United Kingdom. The project involves comprehensive cleaning, repairing, and repainting of the aircraft, which has not undergone professional restoration since 2015, and aims to preserve military history while ensuring compliance with U.S. and U.K. regulations. This initiative underscores the importance of maintaining historical displays on military installations, with a firm-fixed-price contract expected to commence on May 15, 2025, and conclude on May 14, 2026. Interested contractors must submit their quotations by March 21, 2025, and direct any inquiries to A1C Maxim Popov at maxim.popov@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
    Construct Fire Station and Air Passenger Terminal Buildings, Hanscom Air Force Base, Massachusetts
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the construction of fire station and air passenger terminal buildings at Hanscom Air Force Base in Massachusetts. This procurement aims to fulfill the requirements for commercial and institutional building construction, specifically focusing on enhancing the infrastructure at the base. The successful contractor will play a crucial role in supporting military operations and ensuring safety and efficiency in air transport services. Interested parties can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or call 978-318-8671 for further details regarding this opportunity.
    Custom Clearance Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide Customs Clearance Services for the United States Visiting Forces (USVF) in the United Kingdom. The primary objective is to facilitate the electronic customs clearance of cargo importations using the HM Revenue and Customs (HMRC) Customs Declaration System, ensuring timely processing within specified timeframes of 1 to 3 business days. This service is crucial for maintaining operational efficiency and compliance with customs regulations, as it supports the logistics of USVF stationed in the UK. Interested parties should respond to the Request for Information (RFI) by the specified deadline, and can direct inquiries to Nathan Worswick at nathan.worswick@us.af.mil or Valerie Cuevas at valerie.cuevas@us.af.mil. The current contract is set to expire on September 6, 2025, and the government is looking for innovative approaches to enhance customs procedures.
    Okinawa Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Okinawa Multiple Award Construction Contract, aimed at commercial and institutional building construction. This contract will involve the repair or alteration of various miscellaneous buildings, highlighting the importance of maintaining and upgrading facilities to support military operations in the region. Interested contractors can reach out to Kurt Stuebs at kurt.stuebs.2@us.af.mil or by phone at 634-4919, or Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil for further inquiries. Details regarding the submission deadlines and funding amounts will be provided in the solicitation documents.
    100 LRS Modular Portable Cargo Loading Ramp
    Buyer not available
    The Department of Defense, specifically the 100th Logistical Readiness Squadron (100 LRS), is seeking proposals for a Modular Portable Cargo Loading Ramp to be delivered to RAF Mildenhall, UK. This ramp is essential for enhancing operational capabilities in offloading wheeled assets, particularly in locations where conventional cargo docks are unavailable, addressing current logistical challenges. The ramp must support a load capacity of 50 short tons, be adjustable for various vehicle wheelbases, and be transportable on a 463L pallet, with a delivery lead time of 30 days post-award. Interested contractors should submit their bids by March 12, 2025, and can direct inquiries to Jordan Goode at jordan.goode.1.gb@us.af.mil or Jordan Temple at jordan.temple.1@us.af.mil.
    T-7A Depot Maintenance Complex (DMC) Maintenance Hangar ? Hill AFB, UT (DB)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Depot Maintenance Complex (DMC) Maintenance Hangar at Hill Air Force Base, Utah. This project falls under the NAICS code 236210, focusing on industrial building construction, and aims to provide essential maintenance facilities for military aircraft. The successful contractor will be responsible for the construction of maintenance buildings, which are critical for ensuring the operational readiness of defense assets. Interested parties can reach out to Gilbert Coyle at gilbert.coyle@usace.army.mil or by phone at 961-557-6986, or Michelle Spence at michelle.a.spence@usace.army.mil or 916-577-7900 for further details regarding the solicitation process.