SXHT 24-9000 Construct Weapons Maintenance Addition
ID: FA252125B0007Type: Presolicitation
AwardedAug 13, 2025
$1.1M$1,091,409
AwardeeMaverick Constructors LLC Lutz FL USA
Award #:FA252125C0021
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price Construction Contract to construct a Weapons Maintenance Addition at Patrick Space Force Base in Florida. This project, designated as SXHT 24-9000, aims to enhance the existing facility by adding administrative offices, meeting rooms, and classroom spaces, thereby addressing current operational deficiencies. The estimated project cost ranges between $1 million and $5 million, and it is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their bids by July 14, 2025, and can direct inquiries to the contracting officer, 2d Lt. Charles Cowart, at charles.cowart.4@spaceforce.mil.

    Point(s) of Contact
    2d Lt. Charles Cowart
    charles.cowart.4@spaceforce.mil
    Files
    Title
    Posted
    A record of attendance for the solicitation FA252125B0007, concerning the construction of the Weapons Maintenance Addition (Project SXHT 24-9000), was held on June 17, 2025, at 8:30 EST. It lists participants from various organizations, including contract specialists, project managers, and construction service representatives, along with their phone numbers. Notable attendees included Charles Cowart, Patricia Bates, and representatives from multiple construction firms.
    The document outlines specifications and requirements for construction projects at Patrick Space Force Base (PSFB) and Cape Canaveral Space Force Station (CCSFS). It includes references to necessary standards, contractor responsibilities, safety protocols, work hours, and procedures for installation access. Key elements cover the submission of preconstruction and closeout documents, time extensions due to severe weather, and the implementation of safety measures, particularly regarding lightning and hazardous materials. The contractor must adhere to detailed requirements for scheduling outages, managing traffic, and maintaining site cleanliness. The document emphasizes the importance of compliance with federal and state regulations throughout the construction process. Additionally, it mandates that all submittals for contractor access and operations must be thoroughly documented and approved, highlighting the government's focus on safety and regulation adherence in facility upgrades and construction operations.
    The document outlines the certified final design submission for the addition to Building 9678 at Patrick Air Force Base, Florida, awarded on September 30, 2020. It details specifications and guidelines for the construction project, including procurement requirements, general conditions, and specific construction techniques across various divisions. Key components include safety protocols, quality control measures, and submission procedures required by the Army Corps of Engineers. The document emphasizes the significance of maintaining accurate as-built drawings throughout the construction process, with strict timelines for submissions and remediation for any delays. It also addresses contractor responsibilities concerning utility services, warranty management, and required training for operational staff post-completion. This project illustrates the federal government’s commitment to ensuring compliance with safety and infrastructure standards while maintaining effective oversight of construction processes.
    The document outlines the specifications for a construction project titled "Addition to Building 9678" at Patrick Air Force Base, overseen by the US Army Corps of Engineers, Louisville District. The project, designated as SXHT-171208, includes detailed drawings, general notes, and requirements for various aspects of construction, including civil, electrical, mechanical, architectural, and fire protection systems. Key points include the contractor's responsibilities for verifying existing conditions and the safety protocols to be adhered to during the construction process. The contractor must also maintain compliance with local, state, and federal regulations, especially concerning airspace safety and environmental considerations. Access to the site, including routes and procedures for deliveries while ensuring minimal disruption to operations, is also highlighted. The document emphasizes the importance of maintaining a clean and safe work environment, including provisions for waste management and handling potential contaminants. This project reflects government efforts to ensure that military facilities meet current operational needs while adhering to high safety and regulatory standards.
    The primary objective of the project at Patrick Air Force Base is to construct a 2,000-square-foot addition to Building 9678, enhancing the Weapons Maintenance Building to meet current Department of Defense criteria. This new facility will include administrative offices, meeting rooms, and classroom spaces to address existing deficiencies in administrative and training areas. Design considerations emphasize the incorporation of ergonomic, sustainable furniture that aligns with various industry standards, including ANSI/BIFMA and LEED certification criteria. The project mandates low-maintenance, durable materials, contributing to a professional work environment. An exhaustive list of furniture, fixtures, and equipment (FF&E) details is provided, along with required ergonomic features and sustainability requirements for the furnishings. Notably, the FF&E selection will prioritize accessibility and adaptability to accommodate varying user needs. Key contacts for project management, interior design, and furnishings procurement are highlighted to ensure collaboration. Overall, this addition underscores a commitment to modernizing military facilities while adhering to strict safety, sustainability, and functional standards, demonstrating a proactive approach to fulfilling evolving military operational requirements.
    The document outlines guidelines for the Green Purchasing Program Certification and Exemption Forms utilized by the 45th Space Wing at Patrick Air Force Base. It details procedures for ensuring compliance with the Environmental Protection Agency's (EPA) designated items during the procurement process. Users must complete the Green Purchasing Program Certification (GPPC) Form, checking applicable EPA-designated items and providing justifications for any exemptions claimed. Purchase actions under $2,500 and construction items under $2,000 are exempt from this requirement. The GPPC Form contains two parts: Part 1 assesses whether EPA-designated items are specified, while Part 2 confirms if the procurement actions complied with recycled content requirements post-delivery. The document specifies the types of items subject to the certifications, including construction products, landscaping items, non-paper office products, and various vehicular and transportation products. Furthermore, it highlights that if any exemptions are claimed, detailed justifications outlining the rationale for this must accompany the form. The document operates within the framework of federal procurement and sustainability efforts, aiming to promote environmentally preferable products and compliance with federal standards for sustainable purchasing practices.
    The project SXHT 24-9000 involves the completion of the interior build-out for the weapons maintenance storage addition at facility B9678, following its prior termination after initial exterior construction and some critical systems installation. The scope includes interior finishing, adjustments to fire safety equipment, HVAC completion, and electrical work. Additionally, it requires modifications such as framing an interior wall to preserve existing features and raising the transformer pad outdoors, along with installing fencing and a gate. Bidders must attend a mandatory pre-bid site visit. The project's estimated construction cost ranges from $1 million to $5 million, with a performance deadline of 180 days. This request for proposal (RFP) underscores the federal government's commitment to maintaining and upgrading essential military infrastructure while ensuring compliance with safety regulations.
    The memorandum from the United States Space Force details the Ozone Depleting Substance (ODS) Statement for the construction of the Weapons Maintenance Addition at Patrick Space Force Base. It confirms that the project will not require the use or delivery of Class I ODS, as per Air Force policy. This assurance indicates compliance with environmental standards regarding ozone depleting substances during the contract's execution. The Project Manager, Kristine Snow, provides her contact information for any inquiries related to the statement, illustrating transparency and communication within the project process. Overall, the document emphasizes the importance of adhering to environmental policies in military construction projects.
    The 45th Space Wing of the U.S. Air Force has established a protocol for managing hazardous material (HAZMAT) usage by transient contractors at Patrick Air Force Base (PAFB) and Cape Canaveral Space Force Station (CCAFS). Contractors are required to submit a HAZMAT Usage Worksheet monthly, detailing all hazardous materials they plan to use, along with the necessary Safety Data Sheets (SDS). Upon contract award, a review process by the Installation Hazardous Materials Program (IHMP) Manager determines which materials require tracking. Contractors must then complete specific authorization forms and supply quarterly reports of hazardous material usage to ensure compliance. Following project completion, a final report must be provided that reconciles any additional purchases. This well-structured process aims to ensure environmental safety and regulatory compliance across construction activities on military installations, reflecting the Air Force's commitment to managing HAZMAT responsibly throughout the lifecycle of contracts. Compliance with these processes is critical to maintaining a safe operational environment and adhering to governmental standards related to hazardous materials.
    The document outlines the Installation Facilities Standards (IFS) for Space Launch Delta 45 (Patrick SFB & Cape Canaveral SFS), emphasizing Energy Management & Controls Systems (EMCS) requirements. It serves as an update, superseding previous guidelines and asserting that EMCS must comply with Air Force and Department of Defense cybersecurity criteria. Key sections cover general system overviews, automation networks, supervisory control and data acquisition (SCADA), and specific standards for electric, gas, and water meters. The EMCS focuses on distributed logic control, using Lon-Works for communication with mechanical equipment. Guidelines mandate standardized documentation, configuration, and licensing to ensure governmental independence in system management. Furthermore, SCADA must comply with established cybersecurity protocols, utilizing advanced technology solutions for efficient energy management tracking. Vital details concern communication and metering standards aimed at ensuring measurement accuracy and compliance across various energy systems. Coordination approvals within energy management sections are also designated. The report emphasizes a commitment to maintaining infrastructure integrity while adhering to stringent operational standards and safety protocols during implementation. This document is essential for RFP development and federal grant applications regarding facility energy management technologies.
    The 45 SFS Credential Request Form facilitates access to Patrick Space Force Base, Cape Canaveral Space Force Station, and Vandenberg Space Force Base, requiring essential applicant information under the Privacy Act of 1974. The form collects personal details like name, Social Security Number, and identification to verify identity for access control per Department of Defense regulations, including HSPD12 and DoD 5200.8. The disclosure of personal information is voluntary, but non-compliance may result in denied access. The document requires specific information from applicants and sponsors, detailing access dates, times, and purpose, with a section highlighting potential toxic hazards at Cape Canaveral. Visitors must acknowledge installation driving procedures to comply with safety regulations. The completed form can be submitted via various methods, and processing typically takes three duty days. This credentialing process underlines the importance of security measures at military installations and emphasizes regulatory adherence for personnel accessing sensitive areas.
    The document is an abstract of offers for a construction solicitation (FA252125B0007) for a Weapons Maintenance Addition at Patrick SFB, FL, dated for opening on July 28, 2025. It includes bid details from various contractors with total prices ranging from approximately $1,091,409 to $2,295,112. The bids from Mule Engineering, Double Bar Construction, and Cavu Consulting are noted, among others, with Maverick Constructors identified as the apparent low bidder.
    The document addresses a specific inquiry regarding the procurement process for a project titled "Construct Weapons Maintenance Addition, B9678." It focuses on a question posed by a Government Contractor (G.C.) about the possibility of obtaining a letter of authorization from the Government to utilize the GSA pricing schedule for acquiring furniture for the new Weapons Maintenance Shed. The response clarifies that the Government will not provide such authorization, referencing FAR 51.101, which governs the use of GSA schedules. This interaction underscores the limitations on government support in specific procurement processes as outlined in federal guidelines, particularly in the context of Requests for Proposals (RFPs) related to federal projects.
    The document outlines the General Decision Number FL20250001 related to wage determinations for construction projects in Brevard County, Florida, specifically covering the Cape Canaveral Air Station, Patrick Air Force Base, and Kennedy Space Center. It emphasizes compliance with the Davis-Bacon Act, which mandates minimum wage standards for workers on federal contracts. The minimum wage rates vary based on specific executive orders, with Executive Order 14026 setting a baseline of $17.75 per hour for contracts awarded after January 30, 2022, while Executive Order 13658 applies a rate of $13.30 for contracts prior to that date. The file lists numerous construction trade classifications, wage rates, and fringe benefits, highlighting requirements for contractors and protections for workers. It also describes the process for appealing wage determinations, ensuring transparency and adherence to established labor standards. This information is critical for organizations bidding on federal or state projects, as it ensures they are competitive while adhering to legal wage requirements and protecting labor rights, reflecting the government's commitment to fair labor practices in large construction projects.
    The document serves as a Question and Answer form for the Request for Proposal (RFP) regarding the construction of a Weapons Maintenance Addition (Project No. SXHT 24-9000) at Building 9678. It provides clarification on various aspects of the project based on queries from potential contractors. Key discussions include the status of the addition's construction, specifics about existing materials, HVAC and electrical systems, and project management requirements. The document clarifies that the addition's slab and outer walls are already constructed, with the addition envelope having been built. It addresses contractor responsibilities, such as the handling of special inspections and project scheduling, confirming that no special inspections are required and standard Air Force scheduling guidelines will be used. Also, contractors are reminded to refer to existing drawings and specifications for clarity on materials and project scope. The Q&A format allows contractors to align their bids with the project requirements, ensuring compliance and adherence to governmental standards while streamlining the bidding process. This form emphasizes the importance of adhering to specified guidelines and requirements within the federal construction project context, thereby facilitating effective contractor engagement and project completion.
    The document consists of a Question and Answer form related to the construction of a Weapons Maintenance Addition at Building 9678, providing clarifications on design and construction details as well as bidding requirements. Key topics include the clarification of existing structures and what needs to be demolished or newly constructed, primarily addressing the addition's slab and building envelope, which are noted as existing. The responses clarify that various components, such as keyed notes and architectural details, are for reference only, while specific elements like silt fences and HVAC modifications are required. Furthermore, the document outlines submission instructions for bids, with an emphasis on electronic submission due to the constraints of government email systems. Responsibilities regarding quality control, special inspections, and scheduling are also confirmed, indicating that no third-party inspections are necessary for the completed structural systems, although testing of relocations will be mandated. Overall, the Q&A form serves to ensure accurate understanding and compliance with the project's specifications, demonstrating the federal government's attempt to provide comprehensive guidance to contractors involved in the project. This approach reinforces the need for clarity in designs and contracts typical in government RFPs to facilitate effective project execution.
    The document serves as a Question and Answer form for Project Number SXHT 24-9000, which involves the construction of a Weapons Maintenance Addition at facility B9678. It outlines a structured format for contractors to submit inquiries regarding the RFP, detailing sections such as contractor information, points of contact, referenced RFP sections, and specifics related to drawings or specifications. Various placeholders indicate that multiple questions can be listed under the respective sections, ensuring clarity in communication between contractors and the overseeing entity. The purpose of this document is to facilitate an organized process for addressing inquiries that may arise during the execution of the project. By encouraging questions, the document aims to ensure that contractors have a clear understanding of the requirements and expectations, thereby promoting effective proposals and successful project execution. The procedural structure suggests a commitment to transparency and collaboration in the government contracting process.
    The document outlines requirements for calculating self-performed and subcontracted work within the context of a government contract (FA2521-25-B-0007) for the construction of a Weapons Maintenance Addition. It emphasizes adherence to FAR 52.219-14, which limits the subcontracting amount to 85% of the total government payment, excluding material costs, for businesses not classified as similarly situated entities. The contractor must complete a calculation form that includes total contract value, material costs, and non-SDVOSB costs to demonstrate compliance with this subcontracting limitation. The resulting figures aim to ensure that a minimum of 25% of the work is self-performed or done by similarly situated entities. This requirement seeks to promote fair contracting practices and support small businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Contractors are mandated to certify their calculations, affirming the accuracy of provided information for the proposal submission.
    The solicitation FA252125B0007 seeks bids for a Firm-Fixed-Price Construction Contract to construct a Weapons Maintenance Addition at Patrick Space Force Base, Florida, with an estimated magnitude of $1 million to $5 million. This project is set aside for eligible Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The successful bidder must be able to begin work within a specified timeframe and comply fully with state building codes and established installation standards. It also specifies that any contractor must furnish performance and payment bonds and be prepared for a public opening of bids. A critical note within the documentation states that funding is yet to be confirmed, making the government's obligation contingent upon the availability of appropriated funds. Additionally, the contract includes detailed requirements on progress payments, certifications for invoices, and compliance with various labor and environmental standards. The document emphasizes the importance of adherence to designated regulations and practices through its structured clauses and outlines a rigorous bidding process to ensure compliance from prospective contractors. This solicitation exemplifies the government's efforts to promote small business participation while maintaining high standards of construction and fiscal responsibility.
    This document is a solicitation for a Firm-Fixed-Price Construction Contract for the "Construct Weapons Maintenance Addition" project at Patrick Space Force Base in Florida. The project magnitude is estimated between $1,000,000 and $5,000,000, and is specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested offerors must submit sealed bids by July 8, 2025, and are required to provide performance and payment bonds. The contract stipulates a 180 calendar-day performance period following the notice to proceed, and compliance with Florida building codes and Air Force standards is mandatory. Additionally, the document outlines requirements for inspections, payment processes, and clauses from the Federal Acquisition Regulation (FAR), emphasizing the need for cost tracking and subcontractor obligations. Funds for this contract are contingent upon appropriated funding availability, with the government reserving the right to cancel the solicitation without obligation to reimburse bidders. Contact information for key personnel involved in the procurement is provided, ensuring clear communication avenues for potential offerors.
    This government solicitation seeks offers for a Firm-Fixed-Price Construction Contract to construct a Weapons Maintenance Addition at Patrick Space Force Base, Florida. The project magnitude is estimated between $1,000,000 and $5,000,000, with contract performance expected to begin within a specified period and to be completed within 180 calendar days after the notice to proceed. The solicitation emphasizes that this opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB); non-compliance will result in disqualification. Key requirements include the need for performance and payment bonds, submission of detailed offers, and adherence to specific building codes and standards. The proposal must comply with various regulations, including those under the Buy American Act, which mandates the use of domestic construction materials, particularly critical ones. Progress payments are outlined, permitting monthly payments based on work accomplished while ensuring compliance with contract terms. The contracting officer retains the right to cancel the solicitation if funding is unavailable and will not reimburse costs incurred by bidders in such cases. This document exemplifies federal contracting processes and highlights commitment to small business participation in government projects.
    The file pertains to a federal solicitation for a Firm-Fixed-Price Construction Contract titled "Construct Weapons Maintenance Addition" located at Patrick Space Force Base, Florida. This contract, identified by solicitation number FA252125B00070003, falls under the NAICS code 236220 (Commercial and Institutional Building Construction) and is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, emphasizing the government's commitment to inclusivity in federal contracting. The project is estimated to cost between $1,000,000 and $5,000,000, requiring compliance with specific design specifications, Florida Building Code, and SLD 45 Installation Facility Standards. Bids must include performance and payment bonds and adhere to the solicitation requirements, with a performance period of 180 calendar days from the notice to proceed. The contract stipulates that the government is not liable for payments until funds are available, and it reserves the right to cancel the solicitation without obligations to bidders. Overall, this document outlines the basis for contractor submissions, project requirements, and regulatory considerations central to the federal procurement process.
    The federal solicitation FA252125B00070004 invites bids for a Firm-Fixed-Price Construction Contract to construct a Weapons Maintenance Addition at Patrick Space Force Base, Florida. The project has an estimated magnitude between $1 million and $5 million and emphasizes compliance with the State of Florida Building Code and specific installation standards. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and offers must meet criteria for responsiveness to be considered for award. The successful contractor is expected to begin work within a specified performance period of 180 calendar days after receiving a notice to proceed and must provide performance and payment bonds. The document outlines detailed requirements for bid preparation, submission formats, and the necessity for progress payments based on work completed. Specific clauses from the Federal Acquisition Regulation (FAR) regarding contractor obligations, safety standards, and audit requirements frame this solicitation. The government reserves the right to cancel the bid invitation, emphasizing that no financial obligation arises until funding is confirmed. This invitation reflects the government's ongoing commitment to advancing contracting opportunities for small businesses while ensuring regulatory compliance and project integrity.
    This document is a solicitation for a Firm-Fixed-Price Construction Contract, specifically for the "Construct Weapons Maintenance Addition" project at Patrick Air Force Base, Florida. Issued under solicitation number FA252125B00070005, the project falls under the NAICS code 236220 and is reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The total project cost is estimated between $1,000,000 and $5,000,000. The contractor is required to begin work promptly upon award, and performance must be completed within 180 calendar days, adhering to Florida state building codes and relevant military standards. An offer guarantee and performance/payment bonds may be required, and all submitted bids should detail compliance with defined specifications and requirements. The Government states that funding is not currently available, and the contract's execution depends on financial appropriation, emphasizing that no liabilities arise until such funds are confirmed. The document also outlines the importance of adhering to regulatory clauses concerning labor standards, inspections, and payment processes. This solicitation reaffirms the Government's objectives in utilizing small business concerns, particularly fostering SDVOSB participation in federal contracting opportunities.
    The document is an amendment to a solicitation associated with a federal contract, specifically detailing modifications that affect the submission of offers. It informs that the deadline for offers has been extended, clarifying that acknowledgment of this amendment is required to avoid rejection of offers. The amendment also introduces a new wage determination effective June 6, 2025, which replaces any previous versions. Key changes include the addition of the wage determination file while removing the outdated version. The overall terms and conditions of the solicitation remain unchanged. The amendment is issued by the 45th Contracting Squadron at Patrick AFB, Florida, and must be acknowledged by all contractors involved. This modification underscores the importance of keeping wage determinations current and ensures that all parties are informed to facilitate compliance and proper contract execution.
    This document is an amendment to a solicitation regarding a government contract for service-disabled veteran-owned small businesses. The amendment extends the bid submission deadline from July 8, 2025, to July 14, 2025, due to the posting of a Q&A document. It provides detailed instructions for bidders, requiring them to acknowledge receipt of the amendment and to submit their bids electronically. Key requirements for bid submissions include providing various attachments such as a completed SF 1442, pricing details, a bid guarantee, and a cost estimate breakdown, all of which must comply with specific formatting guidelines. Additionally, the document emphasizes the importance of timely submission, clarity in email communications, and strict adherence to electronic submission protocols to prevent rejection. The amendment serves to clarify the bidding process and ensures all potential contractors are aware of recent modifications, maintaining transparency and fairness in the procurement process. It reflects the government's structured approach to solicitations, aiming to engage qualified small businesses while ensuring compliance with federal regulations.
    The document serves as an amendment to a federal solicitation and outlines procedural requirements for acknowledging receipt of the amendment. It specifies that offers must be updated to reflect any changes made prior to the deadline for receipt, detailing options for acknowledgment and submission of any revised offers. The amendment’s purpose includes the attachment of a new "QA Form SXHT 24-9000" document, replacing a prior version, while reaffirming that all other terms remain unchanged. The document provides administrative details including contact information for the contracting officer, Charles Cowart, and references various forms used in the contractual process. The overall aim is to ensure clarity and compliance regarding solicitation amendments, thus facilitating effective communication between the government and contractors involved in the procurement process.
    This document is an amendment to a government solicitation, specifically pertaining to the extension of the deadline for receiving offers. It provides instructions for acknowledging the amendment, stating that offers must confirm receipt through specific methods. The main changes involve the incorporation of a revised question and answer document, which includes one additional question compared to a previously issued document. The amendment does not alter any other terms or conditions of the initial solicitation. Details include the contract identification code, issuing authority, and specific contact information for further inquiries. The attached revised QA form replaces the prior version while maintaining the overall structure of the document. The amendment reflects the government’s ongoing commitment to clarity and transparency in the solicitation process.
    This document serves as an amendment to a prior solicitation, extending the deadline for submitting offers and outlining how to acknowledge receipt of this amendment. Offerors must confirm receipt through specified methods and any changes to existing offers must be communicated before the new deadline. The document also includes sections applicable to modifications of contracts and provides descriptions of the changes made. Most notably, it announces an addition of an attachment titled "Furniture RFI 01" to the solicitation without altering other terms and conditions. All parties are reminded that the document must remain unchanged and in effect unless otherwise specified. The amendment is signed by the contracting officer, Charles B. Cowart, with relevant contact information provided. Overall, this amendment primarily focuses on procedural updates related to solicitation and contract modifications within the context of a government procurement process.
    This document is an amendment to a solicitation regarding a federal contracting opportunity, notably affecting the wage determination relevant to the procurement. The amendment indicates that the previous wage determination has been rescinded, prompting an update to the current solicitation. Consequently, the deadline for submitting offers has been extended to July 28, 2025. Contractors are required to acknowledge receipt of this amendment via specified methods, which include returning signed copies or referencing the amendment in their proposals. The document outlines the protocols for making changes to offers that have already been submitted. Additionally, the amendment details associated amendments to contracting information and identifies the officials involved in the signing process. An important change includes the addition and deletion of wage determination documents, thereby ensuring compliance with updated labor regulations. This amendment underscores the procedural and regulatory adjustments necessary for maintaining accurate and fair contracting practices within the federal contracting framework.
    The document outlines the Construction Cost Estimate Breakdown for a government contract, specifically under the contract number FA252125B0007. Its primary purpose is to standardize the submission of estimated costs related to construction projects, detailing the breakdown of material, labor, and other direct costs associated with the anticipated work. The form requires contractors to provide a comprehensive list of required materials, estimated quantities, unit costs, and labor costs, organized systematically in columns for clarity. Additionally, contractors must estimate overhead and profit margins, ultimately providing a total contract price. Emphasis is placed on the transparency of the estimating process, as the contractor must disclose the data and methods used in cost estimation, allowing for thorough review and verification by government representatives. The document also serves as a guide for contractors to fulfill requirements for other necessary supporting documentation. This structured approach ensures that all potential costs are represented, facilitating accurate and fair contract negotiations within the framework of federal and state procurement processes.
    The document serves as a Q&A form for the RFP titled "Construct Weapons Maintenance Addition, B9678," addressing various contractor inquiries related to project specifications and requirements. Key points include: 1. **Proposal Submission**: All bids must be submitted electronically by the specified date, with strict adherence to a 2MB limit. 2. **Installation Requirements**: Contractors are required to install silt fences during exterior work, while certain substitutions must receive prior approval. 3. **Transformer Specifications**: The transformer powers the entire building, and splicing of cables is not allowed, even if wire length is insufficient. 4. **Safety and Management Personnel**: A dedicated Safety and Health Officer is required, but the role can overlap with other positions. 5. **Construction Details**: No work will occur after hours; all construction is expected to be coordinated with existing utilities and site conditions, including runway operations. 6. **Quality Control and Testing**: While some inspections are mandated, not all personnel need to be onsite full-time. 7. **General Clarifications**: Questions regarding existing systems (e.g., fire alarms) and potential changes underscore the project's scope and necessary compliance. Overall, the purpose of the document is to clarify procedural and operational expectations for contractors bidding on the project, ensuring adherence to timelines, safety standards, and operational requirements.
    The document outlines wage determinations for construction projects in Brevard County, Florida, specifically for work at Cape Canaveral Air Station and Kennedy Space Center. It details wage rates and fringe benefits for various labor classifications, emphasizing compliance with the Davis-Bacon Act and related Executive Orders concerning minimum wage requirements. For contracts initiated or renewed after January 30, 2022, workers must receive a minimum of $17.75 per hour, while those covered by contracts awarded between January 1, 2015, and January 29, 2022, must earn at least $13.30 per hour. The document includes extensive wage tables for multiple job classifications, such as laborers, electricians, and carpenters, noting their respective rates and fringe benefits. Additional provisions include requirements for paid sick leave under Executive Order 13706, applicable to federal contracts. It also provides guidance for appealing wage determination decisions through specified government channels. Overall, the document serves as a comprehensive guide for contractors and workers regarding labor standards, wage compliance, and protections in the context of federal and state construction contracts in Florida.
    This document serves as a wage determination for construction projects in Brevard County, Florida, specifically related to building construction within federal contracts. It outlines compliance with the Davis-Bacon Act, mandating minimum wage rates as specified by relevant Executive Orders. For contracts initiated post-January 30, 2022, workers must receive a minimum wage of $17.75 per hour, whereas those awarded earlier and not renewed after this date should be compensated at least $13.30 per hour. The document lists various construction job classifications, their wage rates, and fringe benefits, such as for asbestos workers, elevator mechanics, and pipefitters. It emphasizes the requirement of paid sick leave for employees under Executive Order 13706 and clarifies the process for appealing wage determination decisions. The details reflect the U.S. government’s commitment to ensuring fair labor standards on federally funded construction projects while adhering to local regulations and labor agreements. The structure includes a clear presentation of wage rates, classifications, and procedural guidelines necessary for compliance and appeals.
    Similar Opportunities
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    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.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    MACDILL AFB - MACC 4.0 Industry Day information - 15AUG25
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is hosting an Industry Day for the Multiple Award Construction Contract (MACC) 4.0 at MacDill Air Force Base (AFB) in Tampa, Florida, scheduled for August 15, 2025. This procurement aims to establish a Firm Fixed Price IDIQ contract with an estimated ceiling of $500 million over 7-10 years, focusing on commercial and institutional building construction, with task order values ranging from $100,000 to $5 million. The MACC 4.0 is critical for supporting various military commands and partners, including USSOCOM and USCENTCOM, and emphasizes sustainability, energy efficiency, and compliance with cybersecurity standards under the Cybersecurity Maturity Model Certification (CMMC). Interested contractors are encouraged to register in SAM under NAICS code 236220 and prepare for a Draft RFP anticipated in Q1 2026, with contract awards expected in March 2027. For further inquiries, contact the 6th Contracting Squadron at 6CONS.PKC.MACC4@us.af.mil.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    Government-Owned, Contract-Operated (GOCO) Fuel Storage Services in Patrick AFB, FL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Patrick Air Force Base (AFB) in Florida. The procurement involves bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is crucial for supporting base operations, airshows, deployments, and other contingencies, with a focus on environmental protection and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a 45-day response period, and is set aside for 8(a) small businesses under NAICS code 493190. Interested parties can contact Mairah Ahmed at Mairah.Ahmed@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information.
    N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.
    Maxwell AFB - Airfield Repairs - Amendment 0003
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for further project insights.
    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.