W50S7H24B0001; Construct Fire Crash Rescue Station
ID: W50S7H24B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NH USPFO ACTIVITY MSANG 172JACKSON, MS, 39232-8881, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

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

    The Department of Defense, specifically the Mississippi Air National Guard, is soliciting bids for the construction of a Fire Crash Rescue Station at the 172d Airlift Wing in Flowood, Mississippi. This project, designated as W50S7H24B0001, requires a firm fixed-price contract for comprehensive construction services, including all necessary labor, materials, and supervision, with a total budget estimated between $10 million and $25 million. The initiative aims to enhance the operational readiness of the airlift wing by improving critical infrastructure, and it is exclusively set aside for small businesses, with a performance period of 365 days expected to commence upon the Notice to Proceed in December 2024. Interested contractors must submit their bids by 2:00 PM on August 29, 2024, and are encouraged to contact Contract Specialist MSgt Adam Surkin at adam.surkin@us.af.mil or 601-405-8656 for further details.

    Files
    Title
    Posted
    The document is an addendum for the construction of Fire Crash Rescue Stations at the Jackson International Airport by the 172nd Airlift Wing. It details numerous updates to specifications, including removals, replacements, and clarifications across various sections pertaining to project manual, temporary facilities, sustainable design requirements, geotechnical investigation, door hardware, resilient flooring, visual display units, hydraulic elevators, and other critical components. Notably, it adds a comprehensive geotechnical investigation report and clarifies sustainable design requirements removal. Each item specifies the pages or sections that have been revised or replaced, ensuring that all planholders are informed about critical alterations to the contract documents. This addendum serves to streamline the construction process and ensure compliance with design and regulatory standards, reflecting the project’s scope and the contractor's commitments to timely and quality construction.
    The document is a Contractor Pre-Announcement Sheet regarding a site visit for the construction of a Fire Crash Station, designated as LRXQ109002. Scheduled for Thursday, 25 July 2024, at 9:00 A.M., the meeting will take place in the Civil Engineering Classroom of Building 303. Interested contractors are required to complete the form with their personal and company details, including the contractor's name, address, phone number, and driver's license information. The completed sheet must be forwarded to specified email addresses by 12:00 P.M. on Tuesday, 23 July 2024. This announcement serves as a preparation step for potential bidders, indicating the government’s initiative in enhancing fire safety infrastructure. The essential information directs contractors on participation logistics, emphasizing the importance of timely submission for inclusion in the process. Overall, the document plays a pivotal role in the communication between the government and contracting entities for public safety projects.
    The document outlines the attendance sheet from a site visit conducted by the Mississippi Air National Guard's 172D Airlift Wing for the LRXQ109002 Fire Crash Rescue Station project. The site visit took place on July 25, 2024, in the Aircrew Briefing Room at Building 240. It lists various firms and agencies attending, along with the names, phone numbers, and emails of representatives from those firms. The firms included are mostly construction and service companies, indicating interest in providing services for the specified project. The context suggests this is part of a federal or state Request for Proposals (RFP), aimed at engaging contractors in executing infrastructure projects essential for military and public safety functions. The careful documentation of attendance and contact details reflects standard procedural compliance in government contracting processes, ensuring proper communication and follow-up for project bids. Overall, this engagement marks a significant step in developing the necessary facilities to support fire crash rescue operations for the Air National Guard.
    The document is an abstract of offers for a construction contract related to the Fire Crash Rescue Station project, identified by solicitation number W50S7H24B0001. It outlines key details such as the date issued, date opened, the issuing office, project title, and the number of amendments associated with the solicitation. The abstract includes a breakdown of bids from different contractors: V-Line Services LLC and Flagstar Construction Co., detailing bid security amounts and any amendments acknowledged. The estimated costs for various job components, including the main station and optional items such as furniture and a generator transfer switch, are provided. The government estimate is noted, indicating that the offers fall under construction bids totaling several million dollars. This document encapsulates the competitive bidding process for government contracts, demonstrating transparency and fiscal accountability in the procurement of public services.
    The document serves as anAbstract of Offers for a construction project identified by solicitation number W50S7H24B0001, focused on the construction of the Fire Crash Rescue Station (LRXQ109002). It outlines procedures for documenting multiple contractor offers when more than two bids are received, providing a structured format to report on contract items, and bid details. The offerors listed include AnderCorp, LLC, The Green-Simmons Company, Inc., and JE Stevens Construction Group, each detailing bid security amounts and acknowledging amendments. Contract items include a range of job descriptions and their corresponding estimated quantities, unit prices, and total amounts, with specific figures such as $10,843,000 for the overall project. The document is formatted to accommodate up to 13 items and specifies that additional forms should be used when necessary. The information indicates a competitive bidding process aimed at ensuring transparency and efficiency in government construction projects, illustrating the requirements for compliance with federal guidelines. This facilitates an organized evaluation of proposals to determine the most suitable contractor for the project at hand.
    The document outlines a federal Request for Proposal (RFP) concerning the construction of a Fire Crash Rescue Station at 172 AW, with a total project magnitude ranging from $10 million to $25 million. The pre-bid conference is scheduled for July 25, 2024, and bids must be submitted by August 29, 2024. A firm-fixed price contract will be awarded solely to small businesses, with the condition that they perform at least 25% of the project cost using their own employees. Key personnel involved include Contracting Officer Maj Donna Phillips and Contract Specialist MSgt Adam Surkin. The award will utilize sealed bidding without opportunities for discussion or corrections post-submission. Detailed project specifications and submission instructions are available on the SAM website, with strict adherence to bid submission formats emphasized. Participants must submit questions via email by August 9, 2024, with unanswered inquiries posted anonymously on the website afterward. Potential bidders should routinely check for updates and adhere closely to guidelines to avoid disqualification. This pre-bid conference emphasizes transparency, compliance, and the significance of accurate, complete bids in a structured federal procurement process.
    The document is a bid opening attendance sheet for the "LRXQ109002 Fire Crash Rescue Station" project by the 172D Airlift Wing of the Mississippi Air National Guard. The meeting took place on August 29, 2024, at Bldg. 116 in Jackson, Mississippi. It lists various construction firms and representatives who attended, including names, phone numbers, and emails for contact. Notable firms in attendance include FLAG STAB Construction, JE Stevens Construction, and ANDERCORP LLC, among others. The sheet also includes contacts from the 172D Airlift Wing's contracting team, who are responsible for managing the project. This file serves as a record for potential contractors interested in participating in the bid process for the fire rescue station project, which is part of government initiatives to enhance emergency services infrastructure. Overall, the document emphasizes the importance of transparency in the procurement process and provides key contact information for further communications regarding the project.
    The document outlines a federal government Request for Proposal (RFP) for constructing a Fire Crash Station (Project #LRXQ109002) at the MS Air National Guard's 172nd Airlift Wing in Flowood, MS. It is designated as a 100% Small Business Set-Aside with a budget range between $10 million to $25 million, utilizing the NAICS Code 236220 for commercial and institutional building construction. Bids are due by 2:00 PM on August 29, 2024, with a project performance period of 365 days starting from the Notice to Proceed (NTP) expected in December 2024. Key elements include details about a mandatory site visit, requirements for bid submissions including necessary documentation (such as bid bonds and certifications), and the evaluation process which will prioritize bids based primarily on price. The document emphasizes adherence to various regulatory guidelines, including those related to labor standards and telecommunications. Overall, the RFP aims to enhance the operational readiness and capacity of the airlift wing through infrastructure development while promoting small business participation. This competitive bidding process reflects the government’s efforts to secure quality construction services while ensuring compliance with applicable federal regulations.
    The document is an Amendment of Solicitation/Modification of Contract, specifically identified as W50S7H24B0001. Its primary purpose is to incorporate Addendum #01, which provides essential clarifications, corrections, and revisions to the original solicitation. The amendment does not introduce any other changes at this time. While the hour and date for the receipt of offers are not extended, offerors must acknowledge receipt of this amendment to prevent rejection of their offers. The contracting officer's details and expiration date of the amendment are stated, emphasizing the importance of timely acknowledgment by contractors. The document reiterates that all previously established terms and conditions remain unchanged, maintaining legal and procedural continuity. This modification highlights the federal contracting process's structured approach, ensuring compliance and clarity in communication amongst involved parties.
    The document is an amendment to a federal solicitation for the construction of a Fire Crash Rescue Station, designated as W50S7H24B0001. The amendment includes clarifications and revisions based on responses to Requests for Information (RFIs) received from contractors. Key changes involve specifications for power requirements, dimensions for workstations, and adjustments to material specifications. Notable revisions include requests to remove certain requirements related to the AWIQCP program for millwork due to difficulties in obtaining quotes, and clarification on the architectural exposure of structural steel. The amendment seeks to align technical specifications with contractors' capabilities while accommodating the timeline for options and pricing variations. It further emphasizes that the contractor must acknowledge receipt of this amendment to validate their offer. Overall, this amendment ensures that the project's requirements are clear and manageable for potential bidders, aligning with federal contracting protocols while targeting efficiency in construction practices.
    The document outlines various federal and state Request for Proposals (RFPs) and grants aimed at enhancing governmental operations and services. Its main focus is on securing funding and partnerships for projects that address community needs, infrastructure improvements, digital advancements, and public health initiatives. Key ideas include the emphasis on collaborative efforts among federal, state, and local agencies to foster innovation and efficiency. The structure consists of sections detailing specific grant opportunities, eligibility requirements, application processes, and timelines, ensuring clarity for prospective applicants. The overarching purpose is to stimulate economic development and improve public service delivery through funded projects across diverse sectors. Each grant or RFP encourages participation from entities able to address specific community challenges, thereby enhancing governmental responsiveness and accountability. This document serves as a critical resource for organizations seeking funding or partnership opportunities, aligning with federal and state goals for sustainable development and enhanced quality of life for citizens. In conclusion, it highlights the urgency for organizations to engage with available funding mechanisms to support vital initiatives and navigate the application processes effectively.
    Lifecycle
    Similar Opportunities
    BBEC Iron Gate Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the BBEC Iron Gate Replacement project at Keesler Air Force Base in Biloxi, Mississippi. The project entails the installation of a new steel loading dock gate and an employee gate, both designed to withstand various weather conditions, with specific dimensions and operational requirements outlined in the solicitation documents. This procurement is crucial for maintaining facility operations and safety standards at the base, with a construction budget estimated between $25,000 and $100,000, and it is set aside exclusively for small businesses. Interested contractors must attend a mandatory site visit on September 2, 2024, and are encouraged to contact SrA Andrew Evitts at andrew.evitts.1@us.af.mil or Tiffany Aultman at tiffany.aultman@us.af.mil for further details.
    Repair Fire Department Building
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the Fire Department Building 644 at the Hancock Field Air National Guard Base in Syracuse, New York. The project, designated as Project HAAW232002, involves significant renovations including the repair of the vehicle bay floor, restroom facilities, and other structural elements, while ensuring compliance with environmental standards related to PFAS. This opportunity is a total small business set-aside under NAICS Code 236220, with an estimated project cost ranging from $250,000 to $500,000, and bids must be valid for at least 90 days. Interested contractors are encouraged to attend a pre-bid conference on August 14, 2024, and should direct inquiries to Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil, with contract funding anticipated to be available by September 30, 2024.
    PSXE222005 Repair Bldg 90100 for Blue Horizons
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the repair of Building 90100 at the Blue Horizons facility located at McGhee Tyson Air National Guard Base in Tennessee. The project, designated as PSXE222005, aims to enhance the building's infrastructure, focusing on information technology upgrades and compliance with federal, state, and local regulations. This initiative is critical for maintaining operational readiness and improving the facility's capabilities, with a construction budget estimated between $1 million and $5 million. Interested small businesses must submit their bids by September 17, 2024, at 1:00 PM EST, and can direct inquiries to primary contacts Kristen Phipps and Brian Morelock via email or phone.
    MSA Falcon Ave Concrete Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Tulsa Air National Guard in Oklahoma, is inviting bids for a firm fixed-price contract for the MSA Falcon Ave Concrete Replacement project. This procurement involves the removal and replacement of approximately 2,650 square yards of concrete, including selective slab replacement at Building 301 and concrete pavement repair on Falcon Avenue. The project is exclusively set aside for small businesses, with an estimated funding range between $500,000 and $1,000,000, and is anticipated to commence once funds become available by September 30, 2024. Interested bidders must submit their sealed offers by September 9, 2024, and are encouraged to attend a site visit on August 14, 2024, for further project insights; inquiries should be directed to Amanda Lonsdale at 918-833-7305 or via email at 138.FW.MSC@us.af.mil.
    Fire Hydrants-Site Lighting-Demo B723
    Active
    Dept Of Defense
    The Department of Defense seeks a single firm to undertake construction and repair work at Berry Field Air National Guard Base in Nashville, Tennessee. The scope entails installing fire hydrants, fire valves, water piping, and site lighting, as well as demolishing a building. It's aimed at enhancing safety and infrastructure. The contract, valued between $500,000 and $1 million and set aside for small businesses, offers a 180-day window for completion. Tentative dates include a pre-bid conference on August 30, 2024, and a bid opening date of September 15, 2024. Interested parties should register with SAM.gov and attend the pre-bid conference for further details. Contact Gregory Allen or Jonathan Forren for more information.
    B267 Expand Hazardous Waste Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the hazardous waste storage facility (B267) at Columbus Air Force Base in Mississippi. The project involves site preparation, foundation laying, construction of block walls, roof installation, and the addition of safety features such as explosion-proof electrical equipment and fire protection systems. This expansion is crucial for enhancing the facility's capacity to manage hazardous waste safely and effectively, ensuring compliance with environmental regulations. Interested contractors must submit their proposals by the specified deadlines, with the project budget estimated between $250,000 and $500,000. For further inquiries, contact Daniel Stilts at daniel.stilts@us.af.mil or LiConstance Hayes at 14cons.pka.construction@us.af.mil.
    W9127824R0070 Advance Notice for PPRF
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is announcing a presolicitation for the construction of a permanent Projectile Penetration Research Facility (PPRF) in Vicksburg, Mississippi. This project entails the construction of a 9,900 square foot facility designed for projectile penetration testing, which includes various specialized rooms and supporting infrastructure such as utilities, lighting, and landscaping. The estimated contract value ranges from $10 million to $25 million, and it is set aside for small businesses, defined as those with average annual receipts of less than $45 million. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for solicitation documents and updates, with a site visit and request for information process to be detailed in the solicitation package. For further inquiries, contact Justin Tarver at justin.tarver@usace.army.mil or Stephanie M. Scalise at Stephanie.m.scalise@usace.army.mil.
    PSXE242001 Repair Interiors and Exteriors Basewide
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the project titled "PSXE242001 Repair Interiors and Exteriors Basewide" at the McGhee Tyson Air National Guard Base in Louisville, Tennessee. This procurement is focused on repairing and upgrading various facilities, including airfield components, with a budget estimated between $500,000 and $1,000,000, and is exclusively set aside for small businesses. The project is critical for maintaining operational readiness and compliance with military standards, emphasizing quality control and safety throughout the construction process. Interested contractors must register for a pre-bid conference on August 30, 2024, with bid submissions due by September 12, 2024; for further inquiries, they can contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil.
    Construct Perimeter Security Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a secondary perimeter security fence at the Tennessee Air National Guard Base in Memphis, TN. The project entails the installation of a 5,500-foot-long anti-climb fence, complete with multiple gates and crash-rated vehicle swing gates, to enhance the base's security measures. This construction is critical for maintaining the safety and integrity of military operations, with a contract value estimated between $1,000,000 and $5,000,000. Interested small businesses must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on August 28, 2024, with bids due by October 1, 2024. For further inquiries, contact Christopher Rhyne at christopher.rhyne.1@us.af.mil or call 901-291-7109.
    W50S9J-24-B-0009 Fire Prevention
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting bids for fire prevention repairs at the 130th Airlift Wing in Charleston, West Virginia, under Solicitation W50S9J-24-B-0009. The project encompasses a range of tasks including the repair of wet pipe sprinkler systems, replacement of fire alarm panels, installation of missing smoke and carbon monoxide detectors, and troubleshooting mass notification systems across several buildings. This initiative is crucial for enhancing fire safety infrastructure and ensuring compliance with federal safety standards. Interested small businesses must submit their sealed bids by September 9, 2024, with an estimated budget between $100,000 and $250,000, and are encouraged to contact SSgt Jorden McCormick at jorden.mccormick@us.af.mil for further inquiries.