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

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 the framework for providing construction services for a variety of projects across RAF Lakenheath, RAF Mildenhall, and RAF Feltwell. Task Orders will be issued under this agreement, which encompasses various construction disciplines and requires adherence to both US and UK design standards and safety regulations. The contractor is obligated to maintain quality control, ensure employee access compliance, and develop necessary submittals, with specific processes in place for project initiation, execution, and completion.
    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 is an extensive set of Base Standards for construction and design at RAF Lakenheath and RAF Feltwell, detailing specifications for civil engineering, architectural elements, and various systems, including electrical and HVAC. It emphasizes maintaining safety, environmental compliance, and operational efficiency, with a strong focus on consistency, quality, and adherence to both UK and US regulations. Procedures for revisions and derogations, as well as supplementary resources and standards, are included to ensure comprehensive project planning and execution.
    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 RAF Mildenhall, UK, detailing the responsibilities of contractors and architects/engineers (A/Es) in adhering to technical and aesthetic guidelines for facility design and construction. It establishes a change management process for ongoing updates, mandatory specifications for various aspects like fire protection and engineering, and guidelines for the use of materials, ensuring compliance with both US and UK regulations. The Base Standards aim for consistency in design and maintenance, enhancing facility quality and performance while accommodating new procedures and materials as necessary.
    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 document is an application form for a TRI-Base Construction Blanket Ordering Agreement, requiring information about the company, including contact details, experience on RAF bases, project details, and architectural engineering capabilities. It outlines sections for company registration, construction disciplines, and points of contact, as well as space for comments. The form emphasizes the necessity of detailing prior experience with specific contracts and projects.
    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 outlines the preparation and submission instructions for applications regarding the Tri-Base Area Construction Basic Ordering Agreement (BOA), emphasizing that submissions are continuously open with no due date. Applicants must register in SAM.gov and submit a complete package including a signed cover letter, the BOA Application, and relevant forms, with specific guidelines on exceptions and necessary documentation. Proposals are submitted via email, and acknowledgment of receipt is expected within 72 hours.
    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 US Air Force is establishing Basic Ordering Agreements (BOAs) for construction services at RAF bases in the UK, with an indefinite number of agreements aimed at building a robust vendor base for diverse projects. Contractors must undergo a multi-step evaluation process to determine their qualifications, which includes compliance checks, licensing requirements, and past performance assessments, leading to placement in specific Pools based on their capabilities. Ultimately, those passing all evaluation steps may be awarded a BOA, with future task orders allocated through competitive proposals from within the Pools.
    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 document describes the collection of information required under the Paperwork Reduction Act for Federal agencies seeking qualifications from architect-engineer (A-E) firms for contracts. It outlines the process for selecting firms based on qualifications, details the form sections to be completed regarding contract-specific and general qualifications, and specifies individual agency instructions for submissions. Additionally, it includes guidelines for providing information on key personnel and example projects relevant to the contract.
    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 the solicitation for a Basic Ordering Agreement (BOA) for construction services under solicitation number FA558724G0001, issued on February 7, 2024, aimed at providing various renovation and construction services for the U.S. Government at RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. It includes performance requirements, terms and conditions, and mandates that the contractor must begin work within ten calendar days of notice, with task orders issued for specific work under the agreement. Additional stipulations cover payment arrangements, inspection clauses, and contractor obligations regarding safety and health standards.
    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.
    Construction Basic Ordering Agreement
    Buyer not available
    The Department of Defense, through the 765th Air Base Squadron, is seeking additional contractors for the Construction Basic Ordering Agreement (CBOA) at Lajes Field, Terceira Island, Azores, Portugal. This opportunity allows for the on-ramping of new contractors to participate in a range of maintenance, repair, and design-build construction projects, which may include various trades such as demolition, electrical, and HVAC services. The solicitation has been extended, with the new closing date for submissions set for February 2, 2026, and all interested parties must be registered in the System for Award Management (SAM) and possess a Construction Certificate from the Instituto dos Mercados Públicos do Imobiliário e da Construção (IMPIC) in Portugal. For further inquiries, potential offerors can contact Andrea Silva at andrea.silva.1.pt@us.af.mil or Jovita Salvador at jovita.salvador.pt@us.af.mil.
    Planners Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is awarding a sole-source contract for Planner Support Services to Leidos Inc. at RAF Lakenheath, United Kingdom. This procurement is executed under FAR 16.505, allowing for a firm-fixed price bridge contract with a base period of six months and an option for an additional six months. The services are critical for supporting the U.S. Air Force's planning operations, ensuring effective management and execution of their objectives. For further inquiries, interested parties can contact Claudia Evans at claudia.evans@us.af.mil or by phone at 01638522252.
    727 AMS Cargo Racking
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of a Cargo Racking System for the 727 Air Mobility Squadron (AMS) at RAF Mildenhall, United Kingdom. The project involves the fabrication and installation of safety modifications, including 21 rear X-bracings and 63 rubberized pads for the existing 463L cargo racking system, aimed at enhancing safety and operational efficiency in cargo handling. This procurement is critical for maintaining the functionality of the Air Mobility Command's sole en route location in the UK, ensuring secure and efficient cargo movement. Interested contractors must submit their quotes by January 13, 2026, and direct inquiries to Amn Brandon Hampton or SrA Veronica Batista Velez via the provided email addresses, with the understanding that funding is contingent upon availability.
    Concessionaire - Galaxy Club
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a concessionaire to provide hot and cold food and non-alcoholic beverages at the Galaxy Club located at RAF Mildenhall in Suffolk, United Kingdom. The selected concessionaire will be responsible for catering services at off-site locations and must pay 15% of gross sales to the Non-Appropriated Fund Instrumentality (NAFI) on a monthly basis, with a contract duration of one base year and four optional renewal years. This opportunity is crucial for maintaining quality food services for authorized patrons and ensuring compliance with health and safety regulations. Interested parties can contact Kim Beaulieu at kimberly.beaulieu@us.af.mil or Valerie Cuevas at valerie.cuevas@us.af.mil for further details.
    Multiple Award Construction Contract for Moron Air Base, Spain
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Multiple Award Construction Contract (MACC) at Moron Air Base in Spain. This competitive Indefinite-Delivery Indefinite-Quantity (IDIQ) contract will encompass various construction projects defined by individual Task Orders over a potential ten-year period, with a total estimated maximum value of $400 million. The selected contractors will be required to adhere to Spanish law and utilize Spanish materials, labor, and equipment whenever feasible, reflecting the importance of compliance with international agreements. Interested offerors must register in the System for Award Management (SAM) and submit required documentation, with a minimum contract guarantee of $500 and a mandatory post-award conference. For further inquiries, contact Elia Portz Cueli at elia.portzcueli.1.es@us.af.mil or Terrel Cloud at terrel.cloud@us.af.mil.
    48 OSS Audio Visual Tech Upgrade
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for an Audio Visual Tech Upgrade for the 48th Operations Support Squadron (OSS) at RAF Lakenheath, UK. The project aims to enhance the audio and visual capabilities in the OG Conference Room and SEC Auditorium, enabling secure video teleconferencing (VTC) for high-visibility events and international exercises, which are currently hampered by inadequate systems. Contractors will be responsible for providing all necessary management, equipment, and labor to engineer, furnish, install, and test a secure IP VTC system, with key deliverables including echo-free audio, hidden cabling, and user training. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to 2d Lt Logan Villanueva at logan.villanueva.3@us.af.mil or SrA Veronica Batista Velez at veronica.batistavelez@us.af.mil.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a contract duration estimated at 519 calendar days from the notice to proceed. The project is critical for maintaining operational capabilities and safety standards at the base, addressing significant issues such as asbestos and PCB removal, and ensuring compliance with government regulations. Interested contractors should note that funds are not currently available for this acquisition, and no contract award will be made until appropriated funds are secured; the due date for bids is set for December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.
    FY26 HESSEN BAVARIA DB SATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the FY26 HESSEN BAVARIA DB SATOC, a firm fixed price, indefinite delivery/indefinite quantity contract focused on design-build construction projects in the States of Bavaria and Hessen, Germany. This contract encompasses a range of services including facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects. The selected contractor will play a crucial role in maintaining and enhancing military facilities, ensuring they meet operational needs. Interested parties should reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    2027 McConnell AFB MACC IDIQ
    Buyer not available
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.