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, specifically 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 of aircraft shelters to designated footings and dismantling two additional rows, which will become the contractor's property upon removal. This procurement is 100% set aside for Women-Owned Small Businesses, emphasizing the government's commitment to supporting diverse contractors in federal projects. Interested parties must submit their quotes by September 20, 2024, and are encouraged to attend a mandatory site visit on September 12, 2024; for further inquiries, they can contact Emily Deck Sanders at emily.deck_sanders@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force’s 502d Contracting Squadron has issued Amendment 01 for Project FA301624Q5229 concerning the relocation and demolition of Sun Shelters at Joint Base San Antonio. This amendment clarifies that the project operates under a firm fixed price, necessitating that all bids encompass management, tools, supplies, equipment, and labor for successful execution according to the provided Statement of Work. Additionally, the amendment responds to inquiries raised during the solicitation process and extends the deadline for quote submissions from September 17 to September 20, 2024, at 2:00 PM Central Time. The acknowledgment of this amendment must be returned via email to the Contracting Officer, Emily Deck Sanders, by the new deadline. This document serves a critical function in ensuring all parties involved are informed of updates and can participate effectively in the procurement process, reinforcing compliance with government contracting procedures.
    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 document outlines specific requirements and clarifications for a project involving the relocation of sun shelters at an airfield. Key points include the size specifications of the shelters (64' Long x 17' high x 35' wide) and the movement path of 1.2 miles. It clarifies that there will be no provided as-built drawings or construction specifications, but minor modifications to footers and anchoring will be included in the contractor's bid. The contractor must disconnect and re-certify the lightning protection system. Additionally, operations can occur during regular hours, with stipulations for an on-site superintendent and grounding cables to be installed as needed. Existing anchoring bolts are assumed sufficient unless modifications arise, in which case changes will be treated as change orders. This file serves as a critical reference for contractors participating in this government RFP, ensuring compliance with federal requirements and operational protocols. The details presented aim to assist in accurate project bidding and execution while addressing necessary precautions and responsibilities.
    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.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of modular furniture and related services for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project involves providing new furniture, removing existing furniture, and managing the design, delivery, and installation of the new furnishings, with a completion timeframe of 90 days post-order. This initiative is crucial for modernizing the workspace in accordance with federal guidelines and enhancing operational efficiency within the facility. Interested small businesses must submit their quotes by September 20, 2024, following a mandatory site visit on September 10, 2024, and can direct inquiries to Richard Jensen at richard.jensen.5@us.af.mil or Jaison Saavedra at jaison.saavedra@us.af.mil.
    Modular Office Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision and management of a modular office trailer at Fort Bliss, Texas, under Solicitation FA480124Q0015. The contractor will be responsible for delivering a fully equipped office trailer that includes utility hookups for water, sewer, and electrical services, along with 35 workstations and restrooms, as outlined in the Statement of Work (SOW). This procurement is critical for supporting the operational needs of the Joint Task Force North, ensuring compliance with federal safety and material standards throughout the contract period. Interested Women-Owned Small Businesses (WOSBs) must submit their proposals by September 19, 2024, with the expected award date around September 26, 2024. For further inquiries, contact Erik Montgomery at erik.montgomery.10@us.af.mil or Callie M. Spencer at callie.spencer.1@us.af.mil.
    Medium Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of two Medium Shelter Systems to be delivered to Tyndall Air Force Base in Florida. These shelters, measuring 52 feet long by 29.5 feet wide and 15 feet high, are designed for military use and will replace older general-purpose options, offering enhanced protection, lower maintenance costs, and improved space efficiency. The shelters are constructed from durable materials, allowing for rapid assembly and compatibility with existing systems, making them essential for various operational environments. Interested vendors must submit their quotes by 1:00 PM CST on September 24, 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, with all submissions adhering to federal regulations and including necessary compliance documentation.
    Purchase and Installation of Hoists
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the purchase and installation of two 5-ton electrical hoists at Joint Base San Antonio - Randolph. The project requires the contractor to inspect and certify the existing hoist rail system to ensure it can support the new hoists, with work to be conducted during normal business hours while the hangar remains occupied. This procurement is crucial for maintaining operational efficiency and safety in maintenance operations within the hangar. Interested vendors must submit their quotes electronically by September 23, 2024, and are required to register with the System for Award Management (SAM) to be eligible. For further inquiries, potential bidders can contact Kailah Kraus at kailah.kraus@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil.
    Small Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Fighter Wing at Tyndall Air Force Base, is soliciting quotes for the procurement of Small Shelter Systems and associated components. The requirement includes 15 Small Shelter Systems, protective covers, universal liners, securing equipment, and transport crates, all designed for durability and ease of assembly in extreme weather conditions. These shelters are crucial for military operations, providing versatile solutions for billeting, work areas, and storage, thereby enhancing operational readiness. Interested vendors must submit their quotes by September 24, 2024, to A1C Fernando Yahir Zamora Amezcua at fernando.zamoraamezcua@us.af.mil and TSgt Justin Merritt at justin.merritt.1@us.af.mil, ensuring compliance with all specified requirements and regulations.
    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 the contractor 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 vital 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 direct inquiries to Joshua Centilli at joshua.centilli@us.af.mil or Rebecca Pelayo Ruelas at rebecca.pelayoruelas@us.af.mil.
    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.
    Sustain Overhead Electrical DMAFB
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking bids for the sustainment and replacement of overhead electrical systems at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the repair and replacement of utility poles, cross arms, and air break switches, with a focus on enhancing the reliability and capacity of the electrical distribution system. This procurement is critical for maintaining operational efficiency and safety at the base, ensuring that electrical infrastructure meets military standards. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their Expression of Interest by August 14, 2024, with a site visit scheduled for September 4, 2024, and proposals due by September 19, 2024. For further inquiries, contact Michael Ginyard at michael.ginyard@us.af.mil or Joshua Drawdy at joshua.drawdy.2@us.af.mil. The estimated contract value ranges from $500,000 to $750,000, with a project duration of approximately 287 days.
    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.