Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
ID: W50S6U25BA011Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CAANG 195BEALE AFB, CA, 95903-2180, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the renovation of Buildings 1508 and 1559 at Vandenberg Space Force Base in California. The project aims to transform Building 1508 into a secure Training and Operations Center for the 216th Electromagnetic Warfare Squadron, while Building 1559 will be renovated into unclassified administrative office space. This initiative is critical for enhancing operational capabilities and ensuring compliance with safety and environmental standards, particularly concerning hazardous materials identified in pre-renovation surveys. Interested contractors must submit their bids electronically through SAM.gov by May 29, 2025, and can direct inquiries to primary contact Kristian Martin Perlas at 195wg.fal.msc.contracting.org@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    AECOM Technical Services, Inc. conducted a pre-renovation survey on Building 1508 at Vandenberg Space Force Base to identify asbestos-containing materials (ACM) and lead-based paint (LBP) before planned renovations. The inspection, carried out on December 17–18, 2024, revealed no detectable asbestos in the sampled materials, including ceiling tiles, drywall, and vinyl floor tiles. As per California regulations, a material is classified as ACM if greater than 0.1% asbestos is found; all samples tested negative. Similarly, a lead-based paint survey determined that all painted surfaces, both interior and exterior, contained no lead content. The report recommends testing of roofing materials for asbestos and lead if removal is planned, noting that the survey did not encompass roofing materials. Findings from this exhaustive assessment inform necessary abatement procedures before renovation work, ensuring compliance with environmental and safety standards relevant to hazardous materials. Overall, this report serves as a critical document for planning safe renovations at federal facilities.
    AECOM Technical Services conducted a pre-renovation survey for asbestos-containing materials (ACM) and lead-based paint (LBP) at Building 1559 on Vandenberg Space Force Base, California. The survey, executed in December 2024, aimed to identify ACM and LBP conditions to ensure compliance with safety regulations prior to renovation activities. The inspection revealed ACM in the drywall joint compound, vinyl floor tiles, and HVAC duct mastic, with various materials containing detected asbestos levels up to 30%. The report recommends removal of ACM by a licensed contractor before renovation, alongside handling precautions for minor maintenance activities to prevent exposure. In terms of LBP, elevated levels were found across multiple building components, including steel beams and door frames, with several surfaces meeting or exceeding regulatory lead action levels. While many painted surfaces remained intact, the report advises immediate abatement of flaking LBP by certified professionals. Overall, the findings underscore the necessity for proper hazard management to ensure safety for workers and occupants during renovation, emphasizing adherence to federal and state protocols related to harmful materials.
    AECOM Technical Services, Inc. conducted a pre-renovation asbestos and lead-based paint survey for Building 1559 at Vandenberg Space Force Base, California, on December 17-18, 2024. The survey aimed to identify asbestos-containing materials (ACM) and lead-based paint (LBP) to ensure safe renovation practices. The building, unoccupied during the survey, consists of offices and storage rooms with various construction materials. The asbestos inspection found materials such as drywall joint compound, vinyl floor tiles, and pipe insulation containing chrysotile asbestos in varying percentages. Non-friable materials were identified as posing negligible health risks unless disturbed. Recommendations include licensed abatement of ACM prior to demolition, with strict adherence to legal regulations. The LBP survey identified multiple lead-bearing surfaces, including steel beams and doors. While much of the paint was intact and posed minimal risk, any peeling or damaged areas require proper removal by licensed professionals. Precautions for handling ACM and LBP during renovation activities are outlined to ensure compliance with federal and state regulations. The survey underlines the importance of hazard identification and mitigation in government building renovations, aimed at safeguarding health and environmental standards prior to construction work.
    The document is a detailed Q&A session related to a federal construction project involving multiple buildings, specifically addressing technical specifications and clarifications needed by contractors before bidding. It covers various topics, including material specifications for wiring, plumbing, HVAC systems, structural details, and site preparation. Notably, it highlights issues like the use of specific colored fibers for telecommunications, conduit installations, demolitions of existing systems, and requirements for biological and archaeological monitoring. Key points include clarifications on the specifics of fiber optic cabling, requirements for fire-rated constructions, and confirmations on demolition scopes. There is clarification regarding material use, such as PVC roofing and various flooring options, with contractors encouraged to propose solutions that meet specified performance metrics. Importantly, the document confirms that many responsibilities, such as the provision of site utilities and security infrastructure, will not require additional installation responsibilities from the contractor apart from conduit and boxes. This communication emphasizes the government's commitment to ensuring contractors have a complete understanding of the project's requirements to facilitate accurate bidding while maintaining the project's integrity and compliance with safety regulations.
    The document outlines a Justification for Other than Full and Open Competition for a new contract to procure Trane HVAC equipment for renovating Buildings 1508 and 1559 at Vandenberg Space Force Base, CA. The 195th Wing requires specific brand-name equipment due to standardization efforts mandated by the Air Force, which has been shown to reduce training costs and improve operational efficiency. The justification cites the limitations of available sources, emphasizing that only a few manufacturers meet the stringent requirements for HVAC chillers. Over recent years, standardization has successfully cut down the number of manufacturers, simplifying maintenance and reducing costs, with a notable increase in purchases supporting small businesses. The document formally states that full competition is unnecessary under far 6.302-1 due to the nature of the equipment required. The certification confirms that the contracting officer finds the justification meets regulatory requirements and is comprehensive, underscoring the commitment to ensure fair pricing while optimizing efficiency and resource management for the Air Force operations. This request for a non-competitive procurement highlights the importance of adhering to established standards for operational consistency and cost-effectiveness.
    The document primarily consists of a digital signature from an individual named Kristian Perlas, dated May 4, 2025. It appears to be a formal acknowledgment or validation of an action or submission related to federal government processes, possibly associated with RFPs (Requests for Proposals), federal grants, or state and local procurement opportunities. However, the file lacks substantial content or detailed information typically found in RFPs or grant documents. Given its limited scope, the main emphasis is on the verification of identity through digital signing, suggesting an adherence to secure processes in governmental transactions rather than presenting specific project outlines or funding opportunities. This document underscores the importance of secure communication and authentication in government procurement practices.
    The government solicitation number W50S6U25BA011 invites bids for the construction and renovation of Buildings 1508 and 1559 at Vandenberg Space Force Base, California. The project is designated as a 100% small business set-aside under NAICS code 236220, with a small business size standard of $45 million. The renovations will create a secure Training and Operations Center in Building 1508 and unclassified administrative space in Building 1559, impacting approximately 15,900 square feet. Key tasks involve demolition, construction, site work, and utility installations, while adhering to strict specifications. Bidders must attend a pre-bid conference and site visit on May 1, 2025, and are required to submit bids electronically through SAM.gov. Important components include a firm fixed price contract, a bid bond, and specific brand name equipment for long-term system compatibility. The contractor is expected to start work within 30 calendar days of award and complete the project within 365 days. Awarding will be based on the most advantageous bid considering price and compliance with requirements. The document outlines detailed procedural and technical requirements, bidder qualifications, and federal standards applicable to construction contracts.
    This document serves as an amendment to a solicitation for renovation projects at Vandenberg Space Force Base, California, specifically for Buildings 1508 and 1559. It outlines the project's requirements, which include extensive renovation works, such as the demolition, site preparations, and construction of interior spaces designed for operational use by the 216th Electromagnetic Warfare Squadron. The amendment revises the bid repository and replaces attachments related to asbestos and lead-based paint surveys. The solicitation emphasizes small business participation, scheduling a pre-bid conference for potential bidders, and includes detailed instructions for obtaining visitor access to the base. It mentions that construction wage rates are applicable and clarifies the bidding process, including deadlines and submission requirements. Specific brand requirements for project materials, such as fire alarm systems and HVAC equipment, are mandated to ensure compatibility and maintainability in the long term. This amendment reinforces the government's commitment to quality and accountability in federal contracting processes pertaining to facility renovations.
    This document serves as an amendment to a solicitation, specifically extending the deadline for bid submissions. The original submission due date has been moved from May 22, 2025, to May 29, 2025, at 10:00 A.M. PDT. The amendment stresses the importance of acknowledging receipt of the change by the offerors to avoid rejection of their proposals. It provides options for acknowledgment, including completing specific items on the amendment form, indicating acknowledgment on submitted offers, or sending a separate communication referencing the solicitation. Additionally, it outlines procedures for altering previously submitted offers. While the amendment modifies the proposal deadline, all remaining terms and conditions of the original solicitation remain unchanged. This document is crucial for participants in federal contracting processes, ensuring they are aware of new deadlines to enhance compliance and participation in the bidding process.
    The document outlines an amendment to a federal solicitation, specifying changes to the contract related to the update of attachments, which include key project specifications and drawings for two construction projects (XUMU112001 and XUMU212201). The amendment clarifies the requirements for acknowledging receipt, stating that offers must be revised and submitted adhering to prescribed methods. The purpose of the amendment is to incorporate the updated versions of relevant project specifications and to address inquiries received in the form of Requests for Information (RFIs). It reaffirms that all other terms and conditions from the original solicitation remain in effect. Additionally, it includes several administrative details such as contact information for the contracting officer and a description of the changes made to the solicitation documents. The summaries of various sections present a structured breakdown of the procurement process, ensuring clarity and compliance for potential contractors involved in these projects.
    The document is an abstract of offers related to two construction projects involving the repair of Building 1508 at the Space Control Facility and Building 1559's Administrative Area. Issued by federal authorities, it outlines the offers received, including details like offeror names, bid security types along with their amounts, and acknowledged amendments. Offers from multiple contractors, including Prime-MIK JV LLC, Guardian Construction, Inc., and MX Construction, Inc., are recorded with respective unit prices and estimated amounts for various contract items. The bids range significantly, evidencing variances in project cost assessments. The government estimate for hired labor and reasonable contracts is noted as a comparison to the received bids. This document serves the dual purpose of summarizing the competitive bidding process and providing transparency in how federal funds are allocated for public construction contracts. Such documentation is essential for adherence to legal and procedural requirements in government contracting and is part of a broader initiative to improve infrastructure and facilities management.
    The document appears to be a corrupted or improperly formatted file, rendering it largely unreadable. Thus, it lacks clear content to summarize regarding federal RFPs, grants, or state and local initiatives. Given the presumed context of government procurement, RFPs typically outline requests for proposals, detailing project requirements, eligibility criteria, and submission guidelines intended to engage potential contractors or grant applicants. A typical government RFP document often contains sections such as an overview of the project, objectives, scope of work, eligibility, evaluation criteria, and expected timelines. Each of these elements is essential for guiding applicants to submit compliant and competitive proposals that meet the specific needs of government agencies. Due to the illegible nature of the provided content, a comprehensive analysis or summary pertaining to specific topics or grants cannot be accurately completed. Efforts to extract or interpret meaningful data are hindered by formatting issues, which emphasize the importance of clear communication in federal documents.
    Similar Opportunities
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    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 demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    B6413 BUILDING RENOVATION SECURE SPACE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of secure space at Barksdale Air Force Base in Louisiana. This project, identified as 'B6413 BUILDING RENOVATION SECURE SPACE', falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified as a repair or alteration of airfield structures. The contract is set aside for 8(a) sole source, indicating a focus on small businesses within the 8(a) program, and interested parties can find more details by logging into the PIEE portal and searching for solicitation number W9126G26RA026. For inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    SP-POL-SRM-FY26-JBLE- Repair POL Operations and Fuel Facilities Buildings 741 and 744
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the repair of POL Operations and Fuel Facilities Buildings 741 and 744 at Langley Air Force Base, Virginia. The project involves significant renovations to Building 741, which includes upgrading HVAC systems, electrical and plumbing infrastructure, and replacing fire alarm systems, while Building 744 will be demolished and replaced with a new Fuels lab that includes laboratory spaces and office areas. This procurement is crucial for maintaining operational efficiency and safety in fuel management operations, with an estimated contract value between $5 million and $10 million and an anticipated award date of March 30, 2026. Interested parties should submit their sources sought information to Timothy Boyte at timothy.b.boyte@usace.army.mil and Brandon Hobbs at brandon.s.hobbs@usace.army.mil.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.