DEMOLITION/RELOCATION/INSTALLTION SERVICES T1 Sun Shelters JBSA Randolph
ID: FA301624Q5229Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING (J054)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition, relocation, and installation services for T-1 Sun Shelters at Joint Base San Antonio (JBSA) Randolph in Texas. The contractor will be responsible for transporting three rows (twelve bays) of aircraft shelters to designated footings and dismantling two additional rows (eight bays), which will become the contractor's property post-demolition, all in compliance with the Service Contract Labor Standards. This procurement is set aside exclusively for SBA Certified Women-Owned Small Businesses (WOSB) and emphasizes the importance of adhering to federal contracting regulations and labor standards. Interested parties must submit their quotes by September 17, 2024, following a mandatory site visit on September 12, 2024, and can contact Emily Deck Sanders at emily.deck_sanders@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements and clauses for a government solicitation, specifically numbered FA301624Q5229. It incorporates numerous federal acquisition regulation clauses that govern contractor conduct, safeguarding defense information, and compliance with whistleblower protections. Key themes include procedures for handling item unique identification and valuation, which require contractors to provide unique identifiers for certain deliverables valued over $5,000. It mandates the use of the Wide Area Workflow system for electronic submission of payment requests and receiving reports. Additional clauses emphasize equal opportunity employment standards, combatting human trafficking, and prohibitions on contracting with entities affiliated with foreign adversaries. The document is structured into sections detailing each clause, its application, and relevant instructions, showcasing the government's commitment to transparency, security, and equitable practices within contracting processes. Overall, it serves to outline the legal and regulatory framework guiding contractor relationships in federal procurement, ensuring compliance with established policies and procedures.
    The Statement of Work for the T-1 Sun Shelter Relocation project at JBSA Randolph outlines the contractor's responsibilities to move three rows of T-1 aircraft sun shelters and demolish two additional rows. The contractor must provide manpower and equipment for the relocation and ensure all electrical connections are functional at the new site. They are also tasked with modifying footings if necessary and using salvaged parts from the demolished shelters if damage occurs during transportation. The contractor will manage debris, adhere to safety and traffic regulations, and comply with hazardous material handling procedures, including submitting necessary reports. Work must follow applicable building codes and receive inspections from base representatives at significant milestones. The project is to be completed within 60 calendar days, with daily cleanup and coordination with facility management required to minimize disruptions. This document highlights the precise requirements and compliance standards for government contracting in a military context, emphasizing safety, environmental considerations, and regulatory adherence essential in federal projects.
    The document outlines a Request for Proposal (RFP) for relocation and removal services concerning T-1 Sun Shelters at Joint Base San Antonio (JBSA) Randolph Air Force Base. The contractor is tasked with transporting and installing three rows (twelve bays) of aircraft shelters to provided foundations while adhering to the Service Contract Labor Standards. The second part of the project involves the demolition and removal of two rows (eight bays) of T-1 shelters, which will become the contractor's property post-demolition. The proposal requires a price that includes all necessary management, tools, supplies, equipment, and labor for both tasks, emphasizing seamless execution at the JBSA-Randolph site. Additionally, instructions for electronic invoicing, as well as company identification details such as UEID number, Cage Code, and Points of Contact, are also included. This RFP reflects the government's commitment to maintaining operational efficiency and compliance with federal standards in service contracts.
    The document serves as the Register of Wage Determinations under the Service Contract Act, outlining minimum wage requirements and applicable rates for various occupations in specific Texas counties. The main update reflects a minimum wage of $17.20 per hour for contracts entered on or after January 30, 2022, as per Executive Order 14026, while contracts prior to this date retain a minimum wage of $12.90 under Executive Order 13658. Key details include wage rates for a range of occupations, some of which are detailed in specific tables, showing compensation rates for roles ranging from administrative and food preparation to technical and healthcare positions. Additional benefits include health and welfare allowances, paid sick leave mandated by Executive Order 13706, vacation benefits, and provisions for uniform allowances. The document also highlights the conformance process for unlisted job classifications and explains various compensation considerations, such as differentials for hazardous work. This comprehensive wage overview is crucial for contractors to ensure compliance with federal regulations, particularly in government contract bids and performance in federal and state projects, thus connecting directly with government RFPs and funding requirements.
    This document outlines General Decision Number TX20240231, applicable for construction projects in Bexar County, Texas, effective July 5, 2024. It specifies wage rates for various construction classifications, adhering to the Davis-Bacon Act and relevant Executive Orders. Contractors are required to pay covered workers a minimum wage of at least $17.20 per hour under Executive Order 14026 if contracts are awarded or extended post-January 30, 2022. For contracts awarded between January 1, 2015, and January 29, 2022, a minimum wage of $12.90 applies. The document also categorizes classification rates for different trades, such as electricians, plumbers, and laborers, highlighting union rates and survey-derived wages. Importantly, it details the appeals process for wage determinations and emphasizes the requirement for paid sick leave for federal contract workers. This summary underscores the document's role in ensuring fair and lawful compensation in federally funded construction projects while promoting compliance with labor standards and worker protections.
    The document outlines a Request for Quote (RFQ) for demolition, relocation, and installation services for T-1 Sun Shelters at Joint Base San Antonio (JBSA) Randolph, Texas. The procurement is 100% set aside for Women-Owned Small Businesses, following federal acquisition regulations. The project involves relocating 3 rows and removing 2 rows of aircraft shelters, with services to be performed in accordance with the Service Contract Labor Standards. Quoters must provide their best pricing and technical approaches as proposals will be evaluated based on a Lowest Price Technically Acceptable criteria. The submission deadline for quotes is set for 17 September 2024, with a mandatory site visit scheduled for 12 September 2024. Participation requires registration on the System for Award Management (SAM) website to ensure eligibility. The RFQ emphasizes compliance with federal contracting rules and mandates, including documentation of representations and certifications. This procurement aims to secure professional services to ensure safe and efficient handling of the aircraft shelters, while also maintaining all necessary standards and conditions throughout the processes involved.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F-35 Jet Blast Deflectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the demolition of F-16 Jet Blast Deflectors and the installation of F-35 Jet Blast Deflectors at Naval Air Station JRB in Fort Worth, Texas. This procurement is part of a competitive process that has resulted in a Firm Fixed-Price contract awarded to Gutier, LLC, highlighting the importance of maintaining and upgrading military infrastructure to support advanced aircraft operations. Interested parties can reach out to primary contact Emily Crotta at emily.crotta@us.af.mil or by phone at 817-782-7832, or secondary contact Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil or 817-782-6194 for further details.
    Purchase and Installation of Hoists
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking qualified contractors for the purchase and installation of two 5-ton electrical hoists at Joint Base San Antonio - Randolph in Texas. The project involves utilizing existing hoist railings in Hangar 4, which will be inspected and certified for safety prior to the installation. This procurement is critical for enhancing aviation infrastructure, facilitating maintenance and operational efficiency for aircraft-related activities. Interested small businesses must submit their quotations electronically by September 19, 2024, and can direct inquiries to Kailah Kraus or Ericka L. McGlone via their respective emails for further information.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide modular furniture for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project entails the complete removal of existing furniture, installation of new workstations, and the establishment of a network infrastructure, including fiber and copper communication cables, with a completion deadline of August 27, 2024. This procurement is crucial for enhancing workspace functionality and ensuring compliance with Department of Defense standards, thereby fostering a modern and efficient work environment. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to attend a site visit on September 10, 2024; for further inquiries, they can contact Richard Jensen at richard.jensen.5@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    MDG Building 383 Ambulance Bay Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of an Ambulance Bay Enclosure at Building 383, Laughlin Air Force Base in Texas. The project entails providing all necessary labor, materials, and supervision to enclose the ambulance bay, adhering to specified architectural plans and federal guidelines, with a total performance period of 75 calendar days divided into two phases. This construction is critical for enhancing emergency medical response capabilities at the base, ensuring compliance with safety and operational standards. Interested small businesses must submit their proposals by September 17, 2024, and can contact Joshua Centilli at joshua.centilli@us.af.mil or Rebecca Pelayo Ruelas at rebecca.pelayoruelas@us.af.mil for further details.
    Alaska Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is soliciting quotes for the procurement of Alaska Small Shelter Systems and associated components at Tyndall Air Force Base in Florida. The requirement includes 15 small shelter systems, covers, universal liners, guy ropes, and wood crates, all specified to meet the standards outlined in AFH10-222 Volume 2. These shelters are crucial for various operational needs, providing versatile and efficient temporary structures for billeting, work areas, and storage. Interested vendors must submit their quotes, including detailed product specifications and pricing, by September 24, 2024, to the designated contracting officers, A1C Fernando Zamora Amezcua and TSgt Justin Merritt, via the provided email addresses.
    Modular Office Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the provision of a Modular Office Trailer at Fort Bliss, Texas. The contractor will be responsible for delivering a fully operational trailer equipped with utility hookups for water, sewer, and electrical services, along with 35 desks and chairs, and separate latrine facilities for male and female personnel. This procurement is critical for supporting the operational needs of the Joint Task Force North (JTFN) and ensuring compliance with federal regulations and safety standards. The anticipated period of performance spans from September 27, 2024, to September 30, 2027, with a competitive set-aside for Women-Owned Small Businesses (WOSB). Interested parties should direct inquiries to Erik Montgomery at erik.montgomery.10@us.af.mil or Callie M. Spencer at callie.spencer.1@us.af.mil, and must be registered in the System for Award Management (SAM.gov) to participate.
    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.
    SROC Secure Space
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the SROC Secure Space project, which involves procuring, transporting, and installing a modular building measuring 40ft by 45ft in Jordan. This facility will accommodate 10 workstations, a Special Access Program compartmented area, and a briefing area capable of handling TS-SCI level classified material, adhering to stringent DoD and CENTCOM antiterrorism and force protection requirements. The project emphasizes the necessity for vendors and workforce to be U.S. citizens, and requires a signed Controlled Unclassified Information (CUI) Non-Disclosure Agreement prior to accessing project attachments. Interested vendors must submit their proposals by September 9, 2024, and direct any questions to the primary contact, Nelson Sosa, at nelson.sosa@us.af.mil or by phone at 318-457-6218.
    CAMSS Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the acquisition of two CAMSS Medium Shelter Systems at Tyndall Air Force Base in Florida. The procurement, identified under solicitation FA481924QA085, requires the delivery of prefabricated metal building components that are essential for various operational environments, particularly in maintenance, storage, and kitchen areas. These medium shelter systems are designed for rapid assembly and provide enhanced protection against environmental factors, making them a critical asset for military operations. Interested vendors must submit their quotes, including past performance information and compliance documentation, by 1:00 PM CST on 24 September 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, via the provided email addresses.
    Moton Field Secure Space
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement, transportation, and installation of a modular building at Moton Field in Jordan. The project entails constructing a 40ft by 45ft facility that will include ten workstations, a Special Access Program compartmented area, and a briefing area capable of handling TS-SCI level classified material, all while adhering to stringent DoD and CENTCOM antiterrorism and force protection requirements. This procurement is critical for enhancing operational capabilities in a secure environment, ensuring compliance with federal regulations regarding Controlled Unclassified Information (CUI). Interested vendors must be U.S. citizens, sign a CUI Non-Disclosure Agreement, and submit proposals by September 9, 2024, with questions due by August 26, 2024. For further inquiries, contact Nelson Sosa at nelson.sosa@us.af.mil or SSgt Joseph Sablan at joseph.sablan.3@us.af.mil.