*Amended* B1945 Replace Exterior RUBB Liner
ID: FA480325Q0021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

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

    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from qualified contractors to replace the exterior RUBB liner on Building 1945 at Shaw Air Force Base in South Carolina. The contractor will be responsible for providing all necessary materials, supervision, and labor to complete the project in accordance with the Statement of Work, which includes the removal and disposal of the old liner and adherence to security protocols. This procurement emphasizes the Air Force's commitment to supporting small businesses, as it is set aside for total small business participation under SBA guidelines. Interested parties must submit their proposals by April 10, 2025, following a mandatory site visit scheduled for April 3, 2025, and can direct inquiries to Johnathan Youngblood at johnathan.youngblood.2@us.af.mil or Daniel Kane at daniel.kane.8@us.af.mil.

    Files
    Title
    Posted
    The document serves as an amendment to a government solicitation, modifying offer submission details, contract requirements, and site visitation procedures. Key changes include the extension of the due date for quotes to March 28, 2025, at 2:00 PM EST and the scheduling of a mandatory site visit on March 25, 2025. Interested parties are instructed to submit required base access information two business days before the site visit. Additionally, the amendment incorporates revisions to solicitation clauses, such as FAR 52.237-1, which emphasizes the importance of site inspections for bidders. The document maintains that all other terms and conditions remain unchanged. The comprehensive list of required documentation and submissions for offers is outlined, ensuring that contractors adhere to the specifications for proper evaluation and compliance. The amendment aims to clarify expectations and procedures, thus facilitating a transparent procurement process in accordance with federal regulations.
    The document outlines a request from the 20th Fighter Wing at Shaw Air Force Base for contractors to gain access to perform a site visit at B1945 for the purpose of gathering measurements as part of a solicitation process. The site visit is scheduled for March 25, 2025. Base-wide access is deemed unnecessary, and the document also contains sensitive information requiring protection under the Privacy Act of 1974. Sponsors, such as SSgt James Bridges, are responsible for the individuals listed for access and must ensure that all necessary security protocols are followed, including the retrieval or deactivation of access passes for individuals who no longer require entry. The communication emphasizes the importance of adhering to security measures for maintaining operational integrity and protecting sensitive areas of the base.
    The document discusses the solicitation FA480325Q0021, which pertains to the replacement of the exterior RUBB liner at a specified facility. The responses to various contractor questions provide essential details for bidders. The replacement liner will match the existing tan color, and it will maintain the same membrane type, although specific specifications are unavailable. The structure's peak height is noted as 30’-6”, and specific door and vent requirements are identified: three standard doors and two garage doors, along with two exhaust fans and two vent louvers. There are no additional penetrations, and the area around the building is mostly clear for staging and installation, with movable trailers present. The document includes visual references for better contractor understanding of site conditions and specifications. Overall, this RFP outlines the necessary preparations and requirements for contractors interested in bidding on the project, aiming to ensure compliance and project specificity.
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) to provide commercial products and services for the replacement of the RUBB BVE liner on building 1945 at Shaw AFB, SC. It details the procurement process including requisition numbers, solicitation and offer due dates, contact information, and specific requirements for submitting proposals. The contractor must provide all materials, supervision, and labor necessary in accordance with the Statement of Work. Pricing follows a Firm Fixed Price arrangement, and the anticipated delivery period spans from April 1, 2025, to January 6, 2026. Key clauses are integrated into the contract to ensure compliance with federal regulations, including stipulations for electronic payment submissions and mandatory inspections. Additionally, references to the North American Industry Classification System (NAICS) and small business classifications are made, indicating a focus on inclusivity and support for small enterprises. This opportunity emphasizes the Air Force’s commitment to small business participation while adhering to procurement and contracting best practices.
    The document is an amendment to a previously issued solicitation regarding a government contract, specifically for a project managed by the U.S. Air Force. The amendment extends the due date for quote submissions to April 10, 2025, and schedules a mandatory site visit for interested bidders on April 3, 2025. Participants are required to provide specific information for base access two business days prior to the site visit. It also updates the National Industry Classification System (NAICS) code. The document states that aside from these changes, all other terms and conditions of the original solicitation remain unchanged and enforceable. The formal acknowledgment of this amendment is necessary for the offer to be considered valid, underscoring the importance of timely communication with the contracting office. The overall purpose of the amendment is to ensure clarity and compliance among bidders while facilitating their ability to prepare competitive offers for the contract.
    This document serves as an amendment to a federal solicitation, extending the deadline for offer submissions and outlining the process for acknowledging receipt of the amendment. It specifies that offers must be acknowledged through various methods, failing which may lead to rejection of submissions. The amendment also allows for changes to existing offers. Moreover, the document includes information about modifications to contracts or orders, stipulating that terms and conditions remain unchanged unless specified otherwise. Notably, it summarizes the purpose of the amendment, which is to incorporate contractor questions and government responses. Attachments detailing these questions and answers are included, emphasizing clarity and communication between the contractors and the government. The amendment maintains the contract’s integrity and reflects the government’s commitment to transparency in the procurement process.
    The Statement of Work outlines the requirements for the replacement of the RUBB BVE liner at Building 1945 on Shaw Air Force Base. The contractor is responsible for all materials, labor, and supervision required for the replacement, including the removal and disposal of the old liner in compliance with all applicable regulations. Work will occur during standard government hours and will adhere to security protocols, including background checks and restricted access for employees. Additionally, the contractor must maintain an updated employee list, coordinate for identification media, and ensure proper recycling of waste. Following project completion, work areas must be left clean. The document includes various special requirements related to security, clean-up, fire prevention, and the continuation of services during national crises. It emphasizes the necessity for contractors to cooperate with existing operations and comply with cleanliness and safety standards. This Statement of Work is essential for contractors looking to engage in government projects and underscores the stringent regulatory environment governing such contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    RENOVATE CORROSION CONTROL HANGAR BLG 6626
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the renovation of the Corrosion Control Hangar Building 6626 located at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to repair or alter airfield structures as indicated by the PSC code Z2BZ. The opportunity is set aside for 8(a) sole source contractors, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W9126G26RA042. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.