JFSD201151 Repair (R&M) Bunch Hall Dorm 221 at Grand Forks AFB, ND
ID: FA465924R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4659 319 CONS PKGRAND FORKS AFB, ND, 58201, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 319th Contracting Squadron, is soliciting proposals for the comprehensive renovation of Bunch Hall Dorm 221 at Grand Forks Air Force Base, North Dakota. This project, valued between $10 million and $25 million, is designated as a Total Small Business Set-Aside and includes extensive work such as replacing plumbing fixtures, HVAC systems, and electrical systems, along with making accessibility improvements. The renovation is crucial for maintaining military facilities to meet operational standards and enhance living conditions for personnel. Interested contractors must submit their electronic proposals by September 23, 2024, and can direct inquiries to Carly J. Larson at carly.larson@us.af.mil or SrA Jhala N. Neupane at jhala.neupane@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Reflective Ceiling Demolition Plan from the Air Combat Command outlines the demolition work required for the first floor of Bunch Hall Dorm located at Grand Forks Air Force Base, North Dakota. The plan details specific sections of the existing ceiling, indicating which areas are to remain, be removed, or exposed structurally. Key highlights include the removal of both acoustic tile and GWB (Gypsum Wall Board) ceilings in designated spaces, as well as the dismantling of ceiling access doors. The document is structured with a visual plan and references to details on the demolition operations, ensuring clear communication of the intended modifications for construction purposes. This document serves to guide contractors during the bidding and construction phases, ensuring compliance with project specifications and safety standards.
    The document outlines the Reflective Ceiling Demolition Plan for the second and third floors of Bunch Hall at Grand Forks Air Force Base, ND, as part of a construction project managed by the 319 Civil Engineer Squadron. It includes detailed instructions for the removal of existing ceiling structures, specifically the acoustic tile and GWB ceilings, and notes which components will remain intact, like the access doors and exposed structures. The drawings provide visual layouts and legends to aid contractors during the demolition phase. This plan is a critical component of a broader initiative aimed at restoring and upgrading the facility in compliance with federal contracting requirements. The objective is to ensure a safe and efficient demolition process while complying with necessary regulations. This document is part of the RFP and associated contract communications essential for obtaining bids and facilitating construction work on military installations.
    The presented document consists of construction specifications pertaining to the partition systems at the Air Combat Command, Grand Forks AFB, ND, as part of a project identified as JFSD201151 for repairing Bunch Hall Dorm 221. It outlines various partition types, materials, and installation requirements, emphasizing fire safety standards and acoustic insulation. Key instructions include the usage of non-rated and rated partitions, fire-stop sealant application in penetrated walls, and specific guidelines for moisture-resistant gypsum boards in certain areas. It also details the thorough reinforcement and framing practices, including the use of metal studs and batt insulation, and stresses the need for compliance with fire protection plans. The document serves essential references for contractors involved in the bidding and construction process, ensuring adherence to federal safety regulations and building codes during the facility repair efforts.
    The document is a Room Finish Schedule for the refurbishment of Bunch Hall dormitory located at Grand Forks Air Force Base in North Dakota. It outlines the finishes for various rooms, including details about flooring, wall materials, and ceilings throughout the dormitory. The schedule provides specific codes for materials like carpet (CPT), vinyl tile (VT), and rubber base (RB), among others, accompanied by instructions for installation and conditions for existing surfaces. Notes clarify application requirements, such as repairing gypsum wallboard surfaces and flush filling quarry tile grout joints. The finishes are classified to meet design standards, reflecting an organized plan for construction and renovation. The document is a critical component of the bidding and construction process, ensuring compliance with specified requirements for federal projects.
    The document pertains to Solicitation FA465924R0005 for the repair and maintenance (R&M) of Bunch Hall Dorm 221 at Grand Forks AFB, ND. A site visit took place on August 8, 2024, where various representatives from contracting organizations signed in. Notably, it includes contact information for several individuals and organizations involved in the project. The emphasis of the site visit appears to be on assessing the requirements for the repair project, which is typical for federal Requests for Proposals (RFPs). The structured attendance list indicates the involvement of multiple contractors and subcontractors, suggesting a collaborative effort in addressing the project needs. The context suggests this is part of a larger initiative by the federal government to maintain and upgrade military facilities, ensuring they meet operational standards.
    The document outlines a solicitation for construction and utility privatization services, inviting bids for various project components. It specifies work divided into multiple bid items covering general requirements, site work, concrete, masonry, and multiple utility systems, including fire suppression and electrical services. The project is identified as 'Repair Bunch Hall Dorm B221,' with bids segmented into three main categories: construction work for multiple divisions and utilities, including water and electric utility privatization. All bid items will be awarded, and bidders are directed to refer to attached project drawings for specifics on work encompassed in each item. The document serves as part of a federal or local request for proposals, indicating the government's intent to engage contractors for infrastructure upgrades and privatization efforts according to specified technical provisions. The total bids will determine contractor selection and project execution priorities while ensuring compliance with relevant regulations.
    The government document outlines a construction project for repairing Bunch Hall Dorm 221 at Grand Forks AFB, North Dakota. It provides specific guidelines and responsibilities for contractors, emphasizing the protection of existing structures and site materials, careful handling around utilities, and maintaining compliance with applicable codes and regulations. Key tasks include verifying dimensions, coordinating with trades, and ensuring the weathertightness of the building during the project. Additionally, the document addresses environmental concerns regarding known asbestos and potential lead hazards. It stipulates contractor responsibilities for identifying, testing, and safely handling any hazardous materials discovered during construction. The document serves as a detailed reference for contractors regarding compliance, coordination, and safety protocols necessary for completing the project while maintaining structural integrity and environmental safety. The purpose of this document aligns with standard practices in government RFPs, which detail project requirements, regulatory standards, and risk management strategies, ensuring that all construction activities are conducted effectively, safely, and within regulatory frameworks.
    The Financial Institution Reference Sheet is a document used by contractors to provide necessary financial information upon request by a contracting officer as part of contractor responsibility determination for solicitation FA465924R0005 related to the Repair (R&M) of Bunch Hall Dorm 221 at Grand Forks Air Force Base, ND. Contractors must fill out their details, including company name and point of contact, and then send the form to their financial institutions for completion. The financial institutions are required to report several account details such as average monthly balances and credit ratings, along with their confirmation of the information provided. The document ensures that the contracting officer can assess the financial stability and reliability of contractors as part of the solicitation evaluation process. Direct communication is established for completed forms to be sent to a specific contact at the Air Force Base. Overall, the reference sheet serves as a procedural measure to ensure contractor transparency and accountability in federal contracting.
    The 319th Contracting Squadron at Grand Forks AFB, North Dakota, is preparing to competitively select a source for Project JFSD201151, focusing on the repair and maintenance of Bunch Hall Dorm 221. A critical component of the proposal evaluation process is the assessment of the offerors' past performance through a questionnaire provided to organizations with direct experience with the contractors. The completed questionnaire must be submitted electronically by the proposal due date to inform the source selection process adequately. The document includes sections for contract identification, customer identification, respondent identification, and performance information, with specific rating scales for technical performance, program management, cost performance, and small business participation. These ratings will help determine the contractor's reliability and effectiveness. The questionnaire seeks detailed insights about the contractor's management capabilities, quality control measures, cost reporting, and ability to manage subcontracted efforts. Ultimately, the 319th Contracting Squadron aims to ensure a successful selection that aligns with federal contracting standards and promotes timely project execution.
    The Repair Bunch Hall Dorm B221 project at Grand Forks Air Force Base, North Dakota, aims to renovate and upgrade facilities for enhanced functionality and compliance with safety regulations. The work involves the comprehensive replacement and reconfiguration of interior walls, finishes, plumbing fixtures, and the HVAC system, ensuring it can both heat and cool effectively. Additionally, it includes the installation of a new fire suppression system and enhancements to electrical and communication systems. The project plans to address hazardous materials, including the removal of asbestos and mold, while adhering to environmental requirements and safety standards, such as the Unified Facilities Criteria. The contractor is obligated to manage site safety, utility coordination, and compliance with local and federal regulations throughout the construction process. Standard tests, warranties, and thorough documentation, including as-built drawings, are mandated to ensure quality control and project integrity. This undertaking emphasizes the importance of meticulous planning and adherence to protocols, reflecting federal priorities for infrastructure improvement and environmental responsibility.
    The document is a detailed Submittal Register for Contract No. JFSD201151 concerning the repair of Bunch Hall Dorm B221. It includes numerous items that contractors must submit for review, categorized by sections relating to project specifications, safety, environmental compliance, and construction methodologies. Each item is listed with a corresponding submission number, specification section, description, reviewer, and relevant dates, illustrating a systematic approach to project management and compliance. Key requirements include contractor warranties, various permits, plans for health and safety, solid waste disposal, and specific material data sheets. Notably, a focus on sustainability and high-performance building practices is evident, as multiple entries relate to energy efficiency and eco-friendly materials. The document serves to ensure that all necessary submissions are tracked and reviewed, facilitating adherence to federal, state, and local regulations throughout the construction process. This meticulous documentation is essential within the context of government contracts, as it ensures that all project requirements are met to maintain safety, compliance, and quality, thus demonstrating the contract's commitment to established building and environmental standards.
    This document outlines wage determinations for building construction projects in Grand Forks County, North Dakota, under the Davis-Bacon Act. It specifies minimum wage rates applicable to contracts awarded on or after certain dates, reflecting compliance with Executive Orders 14026 and 13658. For contracts starting on or after January 30, 2022, a minimum wage of $17.20 is mandated, while contracts awarded between January 2015 and January 2022 require at least $12.90 per hour if not extended beyond the latter date. The file lists various construction job classifications, their associated wage rates, and fringe benefits, detailing union and survey rates where applicable. Additionally, it provides guidelines on how to address classification disputes or appeals regarding wage determinations, directed toward the U.S. Department of Labor. This information is critical for contractors and workers engaged in federal-funded projects, ensuring they understand their rights and responsibilities regarding wage payments and worker protections. The document is structured to facilitate easy identification of relevant wage rates and conditions for compliance, highlighting the importance of adhering to federal standards in construction projects funded by federal contracts.
    The document outlines wage determinations for building construction projects in Grand Forks County, North Dakota, effective from August 30, 2024. It specifies that contracts governed by the Davis-Bacon Act must ensure workers are paid at least the minimum wage rates established by Executive Orders 14026 and 13658, which vary based on contract date and renewal status. For contracts initiated after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum wage of $12.90. The document details various classifications of construction laborers, including union rates and fringe benefits for positions such as boilermakers, electricians, ironworkers, and carpenters, with specific hourly rates noted. It emphasizes compliance with the wage determination and provides information on the appeals process for any disagreements related to wage classifications and rates. This summary demonstrates the government’s emphasis on fair labor practices and worker protections in federally funded construction projects, reflecting its ongoing commitment to upholding wage standards and labor rights.
    The Department of the Air Force intends to repair Bunch Hall Dorm 221 at Grand Forks Air Force Base, prompting a series of questions and answers regarding the project solicitation FA465924R0005. Key responses clarify responsibilities related to existing furniture removal, project management roles, construction hours, and the integration of various systems like BAS and fire alarms. Contractors are required to provide a third-party industrial hygienist for oversight, and they must manage hazardous materials based on contract documents. The project is anticipated to be fully funded, with contract awards expected by the end of 2024. Key amendments to specifications and drawing sheets are noted, including updates for plumbing and door hardware. The bid due date has been extended to September 5, 2024. Overall, the document outlines critical operational details necessary for potential contractors to fulfill project requirements while ensuring compliance with various safety and regulatory standards.
    The memorandum from the 319th Contracting Squadron outlines responses to contractors’ questions regarding Solicitation FA465924R0005 for the repair of Bunch Hall Dormitory at Grand Forks Air Force Base. Key topics addressed include specifications for materials like intumescent coatings, firestopping requirements, and HVAC system cleaning protocols. The document clarifies that the contractor will not be responsible for testing installed windows or for the installation of access control cables and certifies that the NETA certification for commissioning companies remains mandatory. It also details the requirements for telecommunication room racks and sink installation, as well as the responsibilities regarding the removal of existing furniture and appliances, which will be addressed in a future amendment. Attachments provided include revised specifications and drawings. This communication facilitates precise understanding between the contracting authority and bidders, ensuring compliance with project specifications while fostering transparency during the bidding process. Overall, the memo serves as a crucial tool for contractors seeking to align their proposals with the project’s defined requirements.
    The document outlines the electrical installation requirements for access control and occupancy sensors within the context of a government construction project at Grand Forks Air Force Base, North Dakota. It specifies detailed conduit and cabling configurations for a minimum-sized hinged consolidation box labeled "Access Control," including provisions for future access control system panels, receptacles, and occupancy sensors. The installation includes concealed conduits for electric strike hardware, magnetic locks, and other integration elements to support controlled receptacle circuits driven by occupancy sensors. Additionally, the design outlines the connection between occupancy sensors and fire alarm control panels, ensuring code compliance with NEC and related standards. The comprehensive directives are crucial for ensuring the timely and accurate implementation of the electrical systems, reflecting adherence to safety, reliability, and operational efficiency standards expected in federal installations. The overall emphasis is on preparing the infrastructure to accommodate future advancements in security technology while maintaining strict control and monitoring measures.
    The document outlines a Request for Proposal (RFP) related to electrical infrastructure improvements at Grand Forks Air Force Base in North Dakota, focusing on the replacement and installation of electrical systems and configurations. Key components include the installation of a new underground secondary conduit system, the provision of fire alarm connections, and the maintenance of existing electrical connections such as a utility transformer and distribution panels. Contractors are instructed to coordinate with utility providers, specifically Nodak Electric, for installation fees and service connections. The emphasis is on enhancing the facility's electrical capabilities while ensuring compliance with Air Force standards and proper utility management regarding tap-in and installation procedures. Overall, the RFP emphasizes systematic planning, coordination with existing utilities, and adherence to safety and operational requirements during the project execution.
    The document outlines the plumbing plans for a renovation project at Grand Forks Air Force Base, specifically for the Bunch Hall Dorm facility. It details the installation specifications, including various sizes of pipes and connections for domestic water, waste, and venting systems. Key elements include a new 3" waste line for the first floor bathroom, the installation of recirculating pumps, backflow preventers, and cold and hot water piping for multiple floors. References to specific details and additional plumbing schematics on associated sheets are included as part of the construction directive. The document reflects comprehensive planning mandated by federal standards, ensuring compliance with local codes and optimizing functional plumbing systems in a military facility. The purpose of this detailed overview is to serve as a guide for contractors involved in the bidding and construction phases of the renovation, aligning with typical federal RFP requirements and standards for facility upgrades.
    The document outlines detailed plumbing and gas service installation plans for the construction project at Grand Forks Air Force Base, ND, specifically for Bunch Hall Dormitory. It includes various technical specifications such as materials, dimensions, and installation requirements for plumbing systems, natural gas service lines, and backflow preventers. Key elements include detailed notes on piping requirements, valve types, and cleanout installations, which adhere to local codes and engineering best practices. Additional features such as insulated fittings and thrust blocks are specified to ensure optimal function and safety. The document serves as a technical reference for contractors involved in the bid and construction phases, emphasizing compliance with federal guidelines and quality standards in public facility development.
    The document outlines the plumbing site utility requirements for the renovation of Bunch Hall Dorm, located at Grand Forks Air Force Base (GFAFB), North Dakota. It highlights that GFAFB has privatized its water and wastewater distribution systems, and contractors must coordinate with the utility system owner before beginning any work. The contractor is responsible for paying all installation and connection fees associated with new utilities. Furthermore, specific instructions are provided for routing new sanitary sewer and cold water lines, indicating precise locations and depths for installation. Key requirements include replacing an existing gas meter with a new model that communicates with the campus's energy management system, installing cleanouts, and ensuring proper restoration of any disturbed asphalt or concrete post-installation. The document emphasizes additional procedures for contacting utility providers and conducting site verification to avoid existing structures and trees. This summary captures the crucial directives and regulatory compliance needed for successful project execution at a military facility.
    The document outlines structural plans and details for the proposed repair of Bunch Hall dormitory at Grand Forks Air Force Base, ND, specifically focusing on the attic and roof structure. Key elements include various design symbols representing structural components such as concrete stoops, floor access doors, and existing plumbing vents. The document references architectural details among the plans, notably detailing the retention of existing features like the roof hatch. It is created by the 319 Civil Engineer Squadron and is designated for bidding and construction purposes. These structural plans are part of a wider federal contracting initiative where accuracy in design and compliance with military specifications are essential for project approval and implementation. The plans emphasize meticulous detailing, which is critical for ensuring the safety, functionality, and regulatory adherence for military building renovations.
    The government seeks a contractor to execute comprehensive renovations to Bunch Hall Dorm 221 at Grand Forks AFB, North Dakota. Interior renovations include wall, finish, and fixture replacements, while exterior work involves accessibility enhancements. The project entails removing and replacing interior walls, finishes, and fixtures, updating plumbing, HVAC, electrical, and fire detection systems, and replacing doors and windows. Contractors bid for a firm-fixed price contract, with an estimated value between $10 million and $25 million, to provide labor, materials, and supervision for these renovations. Offers are due by September 2, 2024, with an expected project duration of 420 days after the notice to proceed is issued. Evaluation criteria prioritize the technical approach, past performance, and price.
    The solicitation document outlines a federal acquisition for the comprehensive renovation of Bunch Hall, Dorm 221, at Grand Forks Air Force Base, ND, valued between $10 million and $25 million. It emphasizes that the contract is set aside exclusively for small businesses, requiring the contractor to furnish performance and payment bonds. The project mandates a variety of work, including extensive interior and exterior renovations, replacement of plumbing and electrical systems, and adherence to accessibility standards. Bids must be submitted electronically to designated contacts, with particular protocols for large file submissions. Importantly, the contractor's obligation to fulfill the contract is contingent upon available funding. Upon notice to proceed, the contractor has 420 calendar days to complete the project. The document includes numerous clauses related to compliance, payment processing, and labor standards, reinforcing the government’s commitment to thorough regulatory adherence. It illustrates the complexity of federal contracting, emphasizing both the requirement for small business participation and adherence to procedural and statutory mandates throughout the contract lifecycle.
    The solicitation FA465924R00050002 seeks bids for the comprehensive renovation of Bunch Hall, Dorm 221 at Grand Forks Air Force Base, ND, with a project cost estimated between $10 million and $25 million. The contract is a total small business set-aside under NAICS code 236220, with a performance period of 420 calendar days following the notice to proceed, which will be issued 10 days after the award notice. The scope includes removing and replacing interior walls and finishes, plumbing, HVAC, electrical, and fire suppression systems, ensuring compliance with accessibility standards. Offerors must submit proposals electronically, including guarantees such as performance and payment bonds, and adhere to specific bond requirements. Funds are contingent upon congressional appropriations, meaning the contract will not be legally binding until funding is confirmed. Proposals must reflect an understanding of FAR clauses, submission guidelines, and compliance with special requirements. The acquisition shows the U.S. government's focus on maintaining its infrastructure while supporting small business participation in federal projects.
    The solicitation FA465924R00050003 seeks bids for the comprehensive renovation of Bunch Hall, Dorm 221 at Grand Forks Air Force Base, North Dakota. This project is designated as a 100 Percent Total Small Business Set-Aside and falls under NAICS Code 236220 with an estimated cost between $10 million and $25 million. Offerors are required to submit electronic proposals by September 12, 2024, which include all necessary documentation for performance and payment bonding. The contract obligates the contractor to begin work within 120 calendar days and to complete it in 420 calendar days upon receipt of the Notice to Proceed. Key renovation tasks include replacing plumbing fixtures, HVAC, electrical systems, and making accessibility improvements. The solicitation also emphasizes adherence to the Buy American Act, requiring the use of domestic construction materials unless exceptions apply. Contractors are to ensure compliance with various federal labor standards and regulations. The proposal evaluates factors based on the technical specifications, ensuring adherence to quality control and inspection measures as outlined in the contract clauses. Overall, this document reflects the government's commitment to enhancing military facilities while promoting small business participation in federal contracting opportunities.
    The federal solicitation FA465924R00050004 aims to procure comprehensive renovations for Bunch Hall Dorm 221 at Grand Forks AFB, ND. This project, estimated between $10 million and $25 million, is entirely set aside for small businesses. The contractor must complete the work within 420 calendar days after the Notice to Proceed, with a requirement for performance and payment bonds. Key project features include the replacement of interior walls, plumbing, HVAC systems, electrical systems, and enhancements for accessibility compliance. Offerors are required to submit proposals electronically to designated contacts, adhering to regulations outlined in Sections L and M, which detail proposal preparation and evaluation criteria. The solicitation emphasizes the necessity for legal funding obligations from the government, contingent upon the availability of appropriated funds. The document includes several Federal Acquisition Regulation (FAR) clauses that govern various aspects of contract execution, including performance standards, payment instructions, and contractor responsibilities. Overall, the solicitation serves as a formal request for proposals, specifying project details, timelines, and compliance requirements, reflecting the government's intent to ensure quality and efficiency in public works financing and execution.
    The document outlines an amendment to a federal solicitation, primarily extending the deadline for proposal submissions to September 5, 2024, at 4:30 PM CST. It emphasizes that acknowledgment of this amendment is crucial for offerors, specifying methods for acknowledgment and procedures for submitting modifications. The acquisition is a Total Small Business Set-Aside, relevant to the construction industry, particularly under NAICS Code 236220 with an estimated project magnitude ranging from $10 to $25 million. It reiterates the necessity for offerors to submit proposals electronically to designated contacts and outlines the government’s contingent obligation based on fund availability. Additionally, several attachments related to the project, including updated site visit sheets and drawings, have been included. The purpose of this amendment is to provide responses to inquiries from potential bidders, enhancing clarity for the solicitation process.
    This document serves as an amendment to a solicitation by extending the proposal due date for a government contract. The original deadline of September 5, 2024, has been postponed to September 12, 2024. It outlines the steps contractors must take to acknowledge receipt of the amendment, including methods for amending previously submitted offers. The document confirms that except for the specified changes, all other terms and conditions of the original solicitation remain intact. Signatures and contact information for the contracting officer, Carly Larson, are included for verification purposes. The purpose of this amendment is part of the standard process in government Requests for Proposals (RFPs), ensuring transparency and communication regarding changes to solicitation timelines, which is vital for potential bidders. Compliance with these notifications is critical to avoid the rejection of offers.
    This document serves as an amendment to a solicitation that extends the deadline for offers related to the project involving the construction or modification at Grand Forks AFB, North Dakota. It outlines the requirements for acknowledging receipt of the amendment and details procedures for modifying already submitted offers. The primary purpose is to provide answers to previously unanswered questions regarding the solicitation, as well as to introduce updated labor wage determinations relevant to the project. Several documents related to the solicitation have been added, including updated wage determinations and various attachments concerning project specifications. The amendment maintains existing terms and conditions while clarifying aspects essential for contractors in preparation for submission of their offers. This amendment is critical to ensuring that all parties involved are aligned with current requirements and any modifications that affect the overall contractual agreement.
    The document is an amendment to a solicitation, extending the proposal due date for the referenced contract. The new due date is set for September 23, 2024, at 4:30 PM CST, shifting from the previous deadline of September 12, 2024. It outlines the procedures for offerors to acknowledge receipt of this amendment and make any necessary changes to their offers through specified methods before the updated deadline. The amendment serves to confirm that all other terms and conditions of the documentation remain unchanged, ensuring clarity and compliance in the solicitation process. The contact information for the contracting officer is provided for further inquiries. This amendment exemplifies standard procedures in managing federal government solicitations, emphasizing the importance of timely communication and adherence to formal protocols in the procurement process.
    The document outlines the Quality Control (QC) requirements for the repair of Bunch Hall Dorm B221 at Grand Forks Air Force Base, ND. It emphasizes the establishment and maintenance of a robust Contractor Quality Control (CQC) Plan, which must comply with federal regulations and include detailed procedures for testing, submittals, and corrective actions. Key responsibilities are assigned to the project superintendent, who oversees all construction activities and ensures compliance with contract specifications. The CQC Plan must detail the quality control organization, procedures for managing submittals and tests, and documentation of all QC activities. An interim plan may be allowed for initial operations, but full approval is needed before construction begins. The document stresses the importance of effective communication between the contractor and the government, coordination meetings, and maintaining thorough records, with specified personnel qualifications and responsibilities outlined to ensure compliance and quality throughout the construction process. This technical specification underscores the contract's requirements in the context of federal contracting standards, ensuring adherence to quality and safety protocols essential in government-funded construction projects.
    The document outlines the specifications for repairing the solid surfacing fabrications in Bunch Hall Dorm B221 at Grand Forks Air Force Base, ND. It details the materials and systems involved, referencing various ASTM standards and guidelines from relevant health and safety organizations. The primary focus is on solid surfacing materials, including countertops, lavatory bowls, and trims, mandating a non-porous, homogeneous composition. The specifications emphasize the importance of proper installation, structural support, and coordination with other trades to ensure stability and durability of the installations. The document stipulates rigorous quality assurance requirements, including certified fabricators with a minimum of five years' experience and detailed submittals for approval. Warranty provisions for material defects and performance requirements are set for a period of ten years. It further outlines design and product durability metrics, requiring test reports to demonstrate compliance with the specified performance criteria. Overall, this document serves as a guideline for contractors to ensure the repair and installation of solid surfacing materials meet government standards and safety regulations prevalent in federal contracts and projects.
    The document outlines the specifications and requirements for the repair of Bunch Hall Dormitory B221 at Grand Forks Air Force Base, focusing specifically on door hardware as per Section 08 71 00. It details related work, references standards from various organizations like ASTM, BHMA, NFPA, and ADA compliance guidelines. The specification includes submittal requirements, including shop drawings, product data, and maintenance documentation, all requiring government approval. Quality assurance measures are highlighted, mandating coordination meetings for key shop drawings and ensuring hardware is compatible with existing structures. The document also specifies the types of hardware required, such as hinges, locks, exit devices, and closers, along with their applicable ANSI/BHMA standards and fire-rated requirements. The installation methods for hardware, including fasteners and weatherstripping, are carefully defined to ensure functionality and compliance with safety standards. Additionally, several hardware sets are outlined with specific items, materials, and finishes required for the renovation project. Overall, this document serves as a comprehensive guide for contractors involved in the hardware aspects of the Bunch Hall dormitory repairs, ensuring adherence to federal and military standards for construction and safety.
    Similar Opportunities
    Repair Tech Training Officer Dorm B700 & B709 at Goodfellow AFB, TX
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting market research for a Sources Sought Announcement regarding the repair and renovation of the Technical Training Officer Dormitories (B700 and B709) at Goodfellow Air Force Base in Texas. The project involves comprehensive renovations of Dormitory B700, including upgrades to mechanical, plumbing, and electrical systems, as well as roofing and fire safety improvements, with B709 serving to support these systems. This opportunity is significant for small businesses, as the anticipated contract value ranges from $10 million to $25 million, with a performance period of 730 days, extendable to 760 days if options are exercised. Interested contractors are encouraged to express their interest by emailing Jason C. Aronce or John M. Hebdon by September 19, 2024, and should monitor the SAM.GOV website for further updates.
    FA452824R0011 - SABER IDIQ Minot AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineer Requirements (SABER) contract at Minot Air Force Base (MAFB) in North Dakota. This indefinite delivery, indefinite quantity (IDIQ) contract, set aside exclusively for small businesses, has a ceiling of $9.9 million and encompasses a wide range of construction, maintenance, and modernization projects, with individual task orders ranging from $2,000 to $750,000. The contract aims to expedite project execution and reduce lead times for the 5th Civil Engineer Squadron, ensuring prompt response and high-quality work. Interested contractors must submit their proposals, including technical and price proposals, by the specified deadlines, and can contact SrA Francesco Haydo at francesco.haydo@us.af.mil or Scott Stauffer at scott.stauffer@us.af.mil for further information.
    DSN/CSN Demo Dorm 631
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors for a design-build project involving the demolition of Dormitory 631 at Malmstrom Air Force Base in Montana. The project encompasses the complete demolition of the building, including its foundations, utilities, grading, and landscaping, with an estimated contract value ranging from $1 million to $5 million. This initiative is part of the Air Force's strategy to engage small businesses, particularly those qualifying as 8(a), HUBZone, Woman Owned Small Business, and Service-Disabled Veteran Owned Business, to ensure compliance with federal contracting regulations. Interested parties must submit their responses by 2:00 pm Mountain Time on September 26, 2024, to the primary contact, Cody Babinecz, at cody.babinecz@us.af.mil.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for junior enlisted personnel and junior noncommissioned officers, accommodating 146 individuals with various amenities including living areas, fitness rooms, and common spaces, all designed to meet Net Zero greenhouse gas emissions standards. The contract, valued between $50 million and $100 million, will be awarded using a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due following the latest amendments. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details.
    MHMV210015 Alter B737 and B733 Munitions Area
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the alteration of the B737 and B733 Munitions Area at Kirtland Air Force Base in New Mexico. The project involves minor interior renovations of two buildings, with a construction magnitude estimated between $1,000,000 and $5,000,000. This procurement is crucial for maintaining operational readiness and safety at the base. Interested small businesses must submit their bids electronically by September 23, 2024, with a site visit scheduled for August 19, 2024. For further inquiries, potential bidders can contact Kelly McGrath at kelly.mcgrath.1@us.af.mil or by phone at 505-846-3707.
    Carpet Replacement at Seymour Johnson AFB
    Active
    Dept Of Defense
    The Department of Defense is soliciting proposals for carpet replacement services at Seymour Johnson Air Force Base (SJAFB) in North Carolina, specifically for Buildings 4534 and 5015. The project entails the removal of existing broadloom carpet and the installation of carpet tiles, requiring contractors to provide all necessary labor, materials, and equipment in accordance with the Air Force Carpet Acquisition Program and applicable standards. This procurement is significant for maintaining and upgrading military infrastructure, with a total contract value estimated at approximately $19 million, specifically set aside for small businesses. Interested contractors should RSVP for a mandatory site visit scheduled for September 10, 2024, and submit their proposals by the extended deadline as outlined in the solicitation amendments. For further inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Aaron VanVynckt at aaron.vanvynckt.1@us.af.mil.
    Renovate HVAC for B950 Phase 1
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking small businesses capable of providing HVAC renovation services for Building 950 at Tyndall Air Force Base in Florida. This Sources Sought Notice aims to identify qualified contractors to undertake the first phase of HVAC renovations, which includes the replacement of air handling units, ductwork, and the installation of control panels, all necessitated by the building's immediate repair needs. The project is critical for maintaining operational efficiency and compliance with safety standards, and it will follow a Design-Build delivery method to minimize disruption to base activities. Interested vendors must submit their capabilities and relevant information by September 30, 2024, to the designated contacts, SSgt Benjamin Spear and Bernard D. Husted, whose contact details are provided in the notice.
    B-21 60 Row EPS - North, Ellsworth AFB, South Dakota
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is preparing to solicit proposals for the construction of five new pre-engineered metal Environmental Protection Shelters (EPS) at Ellsworth Air Force Base in South Dakota. This project aims to provide approximately 20,000 square feet of shelter space designed to accommodate B-2A “Spirit” aircraft, along with necessary airfield and ground support equipment paving, and maintenance kiosks for electrical and communication infrastructure. The estimated project value ranges between $25 million and $100 million, with proposals expected to be due in the second or third quarter of fiscal year 2025. Interested parties can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or 402-995-2584 for further information, and the solicitation will be open to both large and small businesses.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as integrating monitoring systems with the base's Energy Management Control System (EMCS). This project is critical for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.
    IFB - Beale AFB - Aircrew Readiness Facility Addition and Renovation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction and renovation of the Aircrew Readiness Facility at Beale Air Force Base in California. This project involves the addition of a 4,596 square foot facility, including restrooms, crew quarters, and service rooms, as well as the renovation of approximately 1,961 square feet of existing space to support aircrew operations. The initiative is crucial for enhancing military readiness and operational efficiency, ensuring compliance with Department of Defense standards and safety regulations. Interested HUBZone small businesses must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) by September 18, 2024, with a total estimated project cost between $5 million and $10 million. For further inquiries, contractors can contact Adam Brooks at adam.m.brooks@usace.army.mil or by phone at 502-315-7049.