THOMAS B. MCGUIRE. JR. STATUE RESTORATION
ID: FA448424Q0052Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- METAL BARS, SHEETS, AND SHAPES (J095)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the complete repair and restoration of the Thomas B. McGuire Jr. statue located at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project entails addressing visible stress cracks, completing prior repairs, sandblasting to remove oxidation, and applying a protective coating to restore the statue's original appearance. This restoration is crucial for preserving a historical artifact and maintaining the aesthetic integrity of the base. Interested small businesses must submit their proposals, including technical specifications and pricing, by the specified deadline, and can direct inquiries to Jared Skipper at jared.skipper.1@us.af.mil or Adriana A. Dunaway at adriana.dunaway.2@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for restoring the ABW Historian Statue at Joint Base McGuire-Dix-Lakehurst, New Jersey. The contractor is tasked with repairing visible stress cracks, completing previously started repairs, sandblasting the statue to eliminate oxidation, painting it with a graphite spray for an authentic appearance, and applying a protective coating with a satin or high gloss finish. The document specifies that there are no government-furnished or contractor-furnished items needed, and it highlights the roles of the contracting officer and the contractor. This project focuses on preserving and enhancing the aesthetic integrity of the bronze statue, ensuring that all repairs blend seamlessly with the original structure. The summary emphasizes the government's commitment to maintaining historical artifacts while adhering to high standards of restoration.
    The document outlines security protocols and requirements for contractors seeking access to Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. It mandates thorough background checks, including criminal history and warrants, before issuing installation access passes. The Welcome Center conducts these checks at no cost to contractors, ensuring only qualified personnel gain entry. Contractors needing prolonged access (over 60 days) must undergo additional checks and provide an Entry Authority List (EAL) to the administrative contracting office. Visitor passes are limited based on access frequency, and all vehicles must meet specified documentation standards for entry. Non-U.S. citizens must provide relevant immigration documentation. Additionally, protocols for free zones during construction or other projects are established to ensure security of restricted areas. Overall, the document emphasizes stringent entry control measures to safeguard the installation while accommodating necessary contractor access for operations.
    The Joint Base McGuire-Dix-Lakehurst (JB MDL) Antiterrorism Office has published a pamphlet aimed at educating contractors about their role in enhancing security within the base as part of the Global War on Terrorism. The pamphlet emphasizes vigilance, encouraging contractors to be alert to their surroundings and report any suspicious activities, including surveillance efforts, unusual vehicle behaviors, and unauthorized acquisitions. Various threat levels are outlined using the Force Protection Conditions (FPCON) system, from normal routines to heightened security measures in response to imminent threats. Contractors are urged to maintain communication with security forces, especially during incidents, and to provide detailed information about any suspicious activity. This initiative reflects the base's commitment to fostering a secure environment and empowering contractors as additional eyes in the fight against terrorism.
    The Department of the Air Force's Antiterrorism Guide for Contractors provides essential directives for enhancing security and protecting personnel and facilities against terrorist threats at Joint Base McGuire-Dix-Lakehurst (JB MDL). The document outlines the definitions of terrorism and antiterrorism, emphasizing the need for contractors to adhere to Department of Defense (DoD) standards and take proactive measures to ensure safety. Key responsibilities include the education of personnel on the JB MDL Antiterrorism Program, strict control of personnel and vehicles, and the encouragement of training in Antiterrorism Level I. The guide stresses the importance of reporting suspicious activities through various hotlines and encourages the community's involvement in force protection measures using the "See Something-Say Something" approach. It details types of suspicious activities to report, such as surveillance, unauthorized acquisition of military items, and unusual behavior. The document also provides guidance on how to report incidents accurately and lists contact information for security-related concerns. This initiative underscores the commitment to maintaining a secure environment through contractor collaboration and vigilance against potential terrorist threats.
    The government solicitation FA448424Q0052 is a Request for Quote (RFQ) for the complete repair and restoration of an existing bronze statue. This project, specifically reserved for small businesses under NAICS code 238990, requires contractors to address visible stress cracks, complete previous repairs, sandblast for oxidation removal, and refinish the statue with a protective coating. Offers must include technical specifications, unit pricing, and a total cost, all adhering to a 90-day validity period. The selection process will follow a Lowest Price Technically Acceptable methodology, awarding the contract to the lowest priced offer that meets the technical requirements. Submissions must confirm an active registration in the System for Award Management (SAM) and complete all necessary certifications. The document includes clauses for compliance and provisions related to subcontracting and electronic payment. Key attachments detail the performance work statement and technical requirements. Overall, this RFQ underscores the government’s focus on engaging small businesses while ensuring high renovation standards for public maintenance projects.
    The document outlines the responsibilities related to urgent health care provisions for contractor employees working at the 87th Medical Treatment Facility (MTF) on Joint Base McGuire-Dix-Lakehurst (JBMDL). It states that the MTF may offer urgent medical care necessary to address life-threatening injuries or severe pain, but that such treatment costs are the responsibility of the contractor or the employee, rather than the government or the Air Force. When contractors receive urgent treatment, they will be stabilized before being transferred to a civilian facility, with billing managed through an Air Force FORM 552. If a contractor employee cannot pay immediately, they will be billed later, and they must communicate with their medical insurance for reimbursement purposes. The statement emphasizes the need for contractors to ensure proper insurance handling and timely payment for medical services rendered while on duty. This document is significant within the context of government RFPs as it clarifies liabilities and financial responsibilities concerning healthcare services for contractors, thereby establishing expectations for both parties in the contractual relationship.
    The document outlines the Department of Defense's antiterrorism requirements for contractors associated with Joint Base McGuire-Dix-Lakehurst (JB MDL). It defines terrorism as the unlawful use of violence for political aims and antiterrorism as measures to safeguard people and property. Contractors are required to familiarize themselves with JB MDL’s Antiterrorism Program, ensuring personnel are knowledgeable about security protocols and reporting suspicious activities to the 87th Security Forces Squadron. They must maintain strict control over personnel and equipment to avoid vulnerabilities. Additionally, personnel are encouraged to complete the DoD-approved Antiterrorism Level I Training. The document specifies the impact of the Force Protection Condition (FPCON) levels on service provision, indicating that services may be suspended during elevated threat levels. Clear emergency protocols are provided for quick communication during crises. Overall, the document serves to enhance security awareness and responsibilities among contractors, ensuring a proactive stance against potential terrorist acts while working on the installation.
    The request for proposal (RFP) FA448424Q0052 addresses the repair logistics for a statue located at building 3011. It requires that the contractor travel to the site to inspect and prepare the statue for removal, which will then be moved approximately 50-75 feet to the east, adjacent to the parking lot for further repairs and renovations. The statue measures 8 feet in height and sits on a square base that is 3 feet 5 inches on each side. Additionally, the RFP requests any available photographs of the statue to assist bidders in providing precise and competitive pricing. This response underscores the project's requirements for careful handling and logistical planning to ensure the statue's preservation during the repair process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY25 Multiple Award Construction Contract (MACC) recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) recompete at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses a wide range of construction services, including earthwork, infrastructure development, and various specialty contracting tasks, with the aim of awarding contracts to a minimum of five small businesses for a base year plus six optional one-year periods, and a potential six-month extension. The estimated contract ceiling ranges from $250 million to $500 million, with individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically, adhering to strict guidelines and deadlines, with a mandatory site visit scheduled for September 24, 2024. For further inquiries, contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
    Repair Purple Heart Drive Pavement - Dover AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Purple Heart Drive pavement at Dover Air Force Base in Delaware. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the repairs, which include milling, compaction testing, and paving with specific asphalt mixes, all coordinated with Base Civil Engineering. This work is critical for maintaining the infrastructure of the base, ensuring safe and efficient transportation within the facility. Interested small businesses must contact TSgt Joshua Brooks at joshua.brooks.14@us.af.mil or 302-677-5232, or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil or 302-677-5545, with the total period of performance estimated at 104 days from the Notice to Proceed.
    Catholic Youth Director Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Catholic Youth Director Services at Joint Base McGuire-Dix-Lakehurst (JBMDL) in New Jersey. The contractor will be responsible for coordinating youth programs for teenagers aged 12-17, including sacramental preparation and volunteer management, while ensuring compliance with federal standards and oversight from military chaplains. This contract, valued at approximately $13 million, will span one base year with four option years, starting from October 1, 2024, to September 30, 2025. Interested parties should contact Shakeia Reyes at shakeia.reyes.2@us.af.mil or Christina Vargas at christina.vargas.1@us.af.mil for further details and to submit their proposals.
    FY25 Underground Utilities IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FY25 Underground Utilities Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JBMDL) in New Jersey. The project involves the replacement, repair, and improvement of underground utilities, including sanitary sewers, potable water supply lines, and storm sewer systems, requiring comprehensive labor, materials, and equipment. This initiative is crucial for maintaining and enhancing the operational integrity of the base's utility infrastructure while ensuring compliance with safety and environmental regulations. Interested small businesses are encouraged to respond with their capabilities and past performance details to Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil by the specified deadline, as this opportunity is set aside for small businesses under FAR 19.5.
    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.
    Construction Demolition, Renovation and Installation of Paint Booth
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the construction demolition, renovation, and installation of a paint booth at Grissom Air Reserve Base in Indiana. The project involves demolishing an existing paint booth, installing a new one, constructing additional footprint, and repairing Building 453. This procurement is significant as it supports the operational capabilities of the Air Reserve Base, with an estimated contract value ranging from $10 million to $25 million. Interested parties must submit a capabilities statement by 2 PM local time on September 14, 2024, to Cedric Roberts at cedric.roberts@us.af.mil, and should include their organization details and relevant experience.
    FY25 AIRFIELD PAVEMENT PREVENTATIVE MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FY25 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. The project involves comprehensive maintenance activities, including spall repair, crack sealing, and reseeding disturbed areas, with a total period of performance of 365 days from the Notice to Proceed. This maintenance is crucial for ensuring the operational readiness and safety of airfield operations, requiring strict adherence to Department of Defense and Air Force regulations, as well as coordination with Security Forces. Interested parties should contact Carl Zahn at carl.zahn.3@us.af.mil or 302-677-5027, or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil or 302-677-5545 for further details.
    Paint Rooms In Modular Office B-49
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repaint the interior of Modular Building B-49 at Robins Air Force Base in Georgia. The project involves comprehensive services including surface preparation, cleaning, repairing, priming, and painting of eight office spaces totaling 4,800 square feet, with a completion timeline of 45 calendar days post-award. This initiative is crucial for transforming the facility into functional office space for the 561st AMXS F-15 Planners, ensuring compliance with safety and environmental standards throughout the process. Interested small businesses are encouraged to contact Latonya Jackson at latonya.jackson.1@us.af.mil for further details, and a site visit is scheduled for October 1, 2024, to facilitate contractor inquiries before the solicitation deadline.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. The project involves the demolition of an existing hangar and the construction of a new facility designed to support the maintenance and repair of the KC-46A aircraft, accommodating approximately 300 personnel and including various administrative and maintenance spaces. This initiative is crucial for enhancing military readiness and operational efficiency, with an estimated construction cost ranging from $100 million to $250 million. Interested contractors should note that the solicitation is currently suspended, with a new proposal due date to be announced, and they can contact Lindsay Lawrence at Lindsay.B.Lawrence@usace.army.mil for further information.
    B-1 Titanium Weld Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting market research to identify potential sources for the B-1 Titanium Weld Repair project. This initiative aims to develop new build and repair techniques for titanium aircraft structural components made from 6Al-4V titanium, assessing whether the effort can be competitive or designated as a Small Business Set-Aside. The Air Force emphasizes the importance of these repairs for maintaining aircraft integrity and operational readiness, and interested parties are encouraged to submit detailed capabilities packages by October 15, 2024. For further inquiries, respondents can contact the 424th SCMS at 424SCMS.RFI.Responses@us.af.mil, with the subject line “B-1 Titanium Weld Repair.”