PKA - Repair Pest Damage L/H/S
ID: FA442725R0013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair Pest Damage project at Building 380B, Travis Air Force Base, California. The project involves the demolition and replacement of the existing suspended acoustical ceiling system, insulation, and HVAC components due to pest damage, with an estimated budget between $250,000 and $500,000. This initiative is crucial for maintaining facility standards and ensuring a safe working environment, as it addresses urgent health and safety concerns related to pest infestations and hazardous waste. Interested contractors must submit their proposals by April 21, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or MSgt Joshua Boak at joshua.boak@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 11:04 PM UTC
Apr 7, 2025, 11:04 PM UTC
Apr 7, 2025, 11:04 PM UTC
Apr 7, 2025, 11:04 PM UTC
The 60 CES Maintainability & Durability List outlines installation design guidelines and standards at Travis Air Force Base, aiming to enhance the maintainability and durability of facilities and assets. The document provides detailed design templates across various construction categories, such as exterior enclosures, roofing, interior finishes, plumbing, HVAC, fire protection, and electrical systems. It emphasizes compliance with strict guidelines, particularly focusing on factors like material specifications, preferred manufacturing brands, accessibility, and maintenance considerations. Key points include the prohibition of certain types of doors and fixtures, specifications for roofing materials, and detailed requirements for HVAC systems, emphasizing energy efficiency and redundancy for critical facilities. The guidelines prioritize safety and compliance with environmental regulations, ensuring all components are suitably durable and maintainable. This document serves as a critical resource for contractors involved in federal projects by providing a clear framework for meeting the operational standards required by military installations, thus aligning with broader government objectives related to facility management and infrastructure reliability.
Apr 7, 2025, 11:04 PM UTC
The government document outlines the scope of work for the Repair Pest Damage project (XDAT # 24-1024) at Building 380B, scheduled for completion by December 6, 2024. It requires the contractor to demolish and replace the existing suspended acoustical ceiling system, including insulation and HVAC components, due to pest infestation involving raccoons and hazardous waste linked to animal waste. The total area for ceiling replacement is 8,216 square feet, necessitating compliance with various safety and regulatory standards. Key responsibilities include the abatement of hazardous materials, pest control services to assess and eliminate infestations, and the construction of a new ceiling system. The contractor must provide a detailed construction schedule, manage occupant displacement, and ensure protection of existing office furniture during renovations. The project emphasizes the importance of safety protocols and environmental laws throughout its execution, including proper disposal of hazardous materials and protection of building occupants. This initiative underscores the government's commitment to maintaining facility standards while addressing urgent health and safety concerns.
The government document outlines environmental general requirements for construction and service operations at Travis Air Force Base (AFB). It emphasizes the contractor's obligation to comply with federal, state, and local environmental regulations, particularly regarding pollution prevention, hazardous materials management, and conservation of natural resources. Key topics addressed include solid waste management, hazardous materials tracking and storage, wastewater and stormwater pollution prevention, and protection of cultural and natural resources. Contractors are required to submit specific documentation for compliance, including waste disposal plans and hazardous materials inventories. They must avoid open burning, manage hazardous materials appropriately, and ensure the protection of sensitive environments like wetlands. Mandatory training and proper management practices are necessary to prevent spills and maintain environmental integrity during construction activities. Overall, the document serves as a guideline for contractors operating at Travis AFB, focusing on sustainable practices and adhering to environmental stewardship throughout project execution, reinforcing the importance of regulatory compliance in federal projects.
Apr 7, 2025, 11:04 PM UTC
The document outlines a federal solicitation for repairs at Building 380, Travis AFB, CA, specifically addressing pest damage. The contractor is required to provide comprehensive services that include the demolition and replacement of the existing suspended acoustical ceiling, insulation, and HVAC supply system. Additionally, the contractor must carry out hazardous waste abatement related to animal waste and implement pest control measures to prevent further infestations of raccoons as per the specifications outlined in the Statement of Work dated December 6, 2024. The project budget is estimated between $250,000 and $500,000, with a performance period of 180 days. The solicitation details submission requirements, including the necessity for sealed bids, performance bonds, and compliance with various federal regulations. It emphasizes the importance of completing the work within a strict timeline and adhering to safety and quality specifications. This solicitation reflects the government's commitment to maintaining safe and functional facilities through proper contracting practices and project execution.
Apr 7, 2025, 11:04 PM UTC
This document serves as an amendment to a federal solicitation, extending the response due date from April 14, 2025, to April 21, 2025, allowing potential contractors additional time to submit their offers. It specifies the methods by which contractors must acknowledge receipt of this amendment—either by submitting a signed amendment, including acknowledgment with their offer, or via separate communication referencing the solicitation and amendment numbers. The amendment's details include an update to the North American Industry Classification System (NAICS) code relevant to the solicitation. The document maintains that all other terms and conditions from the original solicitation remain unchanged and in effect. The contracting officer's information is provided, ensuring clear points of contact for inquiries. This amendment reflects procedural elements typical in federal Request for Proposals (RFPs), illustrating the structured method of modifying solicitation timelines while adhering to federal acquisition regulations.
Apr 7, 2025, 11:04 PM UTC
The Travis Air Force Base Facilities Excellence Guide, 2008 edition, outlines a comprehensive framework for the design and development of new and renovated facilities at Travis AFB. It emphasizes key objectives such as supporting the mission, maximizing efficiency, promoting sustainability, and fostering community morale. The guide is structured around various design goals, including urban design, architecture, and sustainable practices. It specifies architectural features, materials, landscaping, and utility considerations while advocating a cohesive visual identity across the base. Detailed design guidelines address specific focus areas, including Travis Avenue, Civic Center, and Flightline Operations, each defined by unique characteristics that align with their intended use. Sustainability is a core tenet, with requirements for LEED Silver certification for projects and energy-efficient designs. The guide also outlines considerations for accessibility, environmental impact, and security. The emphasis on a collaborative approach ensures that program managers and designers can effectively implement these guidelines, promoting both functional and aesthetic outcomes conducive to the mission of Travis AFB. Aiming for high standards in design, the guide invites innovation while respecting historical context and cultural significance.
Apr 7, 2025, 11:04 PM UTC
The document outlines the general requirements and special provisions for construction projects at Travis Air Force Base (AFB), CA, emphasizing contractor responsibilities regarding demolition, excavation, utility management, and environmental compliance. Key topics include safety measures, site management, fire prevention protocols, and specific handling procedures for hazardous materials like lead-based paint (LBP) and asbestos-containing materials (ACM). The contractor is required to submit various plans, including a Health and Safety Plan for LBP removal, and to obtain necessary permits for asbestos work. Additionally, the document details the need for environmental management, including proper waste disposal and regulatory compliance related to hazardous materials. Special attention is warranted for utility outages, coordination with the Electrical and Water Distribution Systems, and maintaining stringent quality control throughout the project's duration. This comprehensive guidance ensures systematic and legally compliant execution of construction activities while prioritizing safety and environmental protection at Travis AFB.
Apr 7, 2025, 11:04 PM UTC
The Travis Air Force Base Facilities Excellence Guide outlines design principles and guidelines for future developments at the base, ensuring projects align with its mission, enhance community, and promote sustainability. Key goals focus on architectural identity, functionality, innovation, and relevance to the base's cultural heritage. The document emphasizes cohesive urban design that is efficiently organized into unique districts, each characterized by its architectural style and landscape treatment. It incorporates sustainable design practices, requiring all new constructions to be LEED Silver certified and advocating for energy-efficient features like solar panels and passive solar design. Additional considerations include effective siting of buildings for environmental benefits, site landscaping that enhances aesthetics, and integration of utility elements to reduce visual clutter. Supporting details include specific architectural guidelines for various structures, including roofs, entrances, and walls, linked to maintaining the base's identity. The guide also describes focus areas, such as Travis Avenue and the Civic Center, detailing their intended characteristics and landscaping strategies. Ultimately, the document serves as a resource for project and program managers to align with federal standards and contribute to the overall mission of Travis AFB.
Apr 7, 2025, 11:04 PM UTC
The document outlines the work restrictions for contractors operating at Travis Air Force Base, focusing on scheduling and access protocols. Contractors must request written permission 15 days prior for interruptions of roads or utility services and adhere to strict safety, security, and traffic regulations. Employees must be knowledgeable about base rules, and contractor equipment must be clearly identifiable. Specific measures are detailed for security protocols, including the need for employee background checks and advance notification to the base’s security for any access to restricted areas. Regular work hours are defined as Monday to Friday from 7:30 a.m. to 4:30 p.m., with approval required for work outside these hours. Utility cutovers must also occur during non-peak hours, and the contractor is responsible for maintaining signage and reporting any incidents of lost or stolen equipment. This section emphasizes adherence to established protocols to ensure safety and security during project execution at the base.
Apr 7, 2025, 11:04 PM UTC
This document outlines the Governmental Safety Requirements as specified under Section 01 35 26, primarily aimed at ensuring safety measures in construction and related activities. It defines key roles such as Competent Persons (CP) in various domains like fall protection, excavation, and scaffolding, emphasizing their qualifications and responsibilities. Monthly exposure reports, accident prevention plans, and activity hazard analyses (AHA) are mandated to assess the safety environment actively. Safety meetings and inspections are crucial, as is the maintenance of safety bulletin boards for ongoing dissemination of safety information. The document underscores the importance of regulatory compliance, detailing responsibilities in mishap notifications and response procedures, including accident investigations and reporting requirements. Also discussed are specialized programs, such as hazardous energy control during maintenance and specific plans for scenarios like confined space entry and fall protection. Requirements for training, permits for hot work, and emergency medical arrangements are included, reflecting a comprehensive safety framework. Overall, this document serves as a guideline to uphold safety standards within federally funded construction contexts, ensuring contractor accountability and regulatory compliance throughout project execution.
Apr 7, 2025, 11:04 PM UTC
This document outlines the specifications for temporary construction facilities and controls as part of federal contracting requirements. It covers critical components such as site planning, backflow preventers, temporary signage, traffic control measures, and employee safety provisions. Key sections include guidelines for construction site layout, requirements for temporary utilities, maintenance of traffic during construction, and conditions for securing the site during adverse weather. The document specifies the need for various temporary structures like fences, signage for public safety, and employee parking arrangements. It emphasizes adherence to governing standards from organizations such as the NFPA and AWWA regarding safety and operational protocols. The need for maintaining clear communication and cleanup practices throughout the construction period is also highlighted. Overall, the document serves as a comprehensive guide for contractors involved in federal projects, ensuring that all temporary facilities are compliant with safety standards and efficiently managed before, during, and after construction to restore the site to its original condition post-project completion.
Apr 7, 2025, 11:04 PM UTC
The document appears to be a collection of fragmented text related to federal government RFPs (Requests for Proposals), grants, and potentially state/local RFPs. While much of the content is garbled or unreadable, certain recurring themes emerge, such as the necessity for applicants to provide detailed, objective proposals that adhere to specific guidelines for compliance and safety. Key elements include the emphasis on project improvement, contractor qualifications, and technical specifications necessary for bid submissions. There are references to assessments, quality control measures, and the importance of various compliance standards to ensure public safety and regulatory adherence. Overall, the document likely serves as a guideline for prospective bidders, detailing the requirements and considerations they must address in their proposals for government-funded projects, including health and safety protocols, technical requirements, and procedural obligations essential for successful bids.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
PKA - B549 Repair Multiple Fire Alarm Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. The project involves the design and construction services necessary to upgrade outdated fire alarm systems, including the demolition and replacement of existing components, with a contract value estimated between $500,000 and $1,000,000. This initiative is crucial for maintaining safety standards in federal facilities and ensuring effective emergency response capabilities. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or MSgt Joshua Boak at joshua.boak@us.af.mil.
PKA - Repair Flightline Gates Travis AFB, CA
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of flightline gates at Travis Air Force Base, California. This project involves a design-build contract focused on the repair and modernization of three flightline gates, including the demolition of existing components and the installation of new systems that comply with federal safety standards and local regulations. The estimated contract value ranges from $500,000 to $1 million, with a total small business set-aside, emphasizing the importance of supporting small enterprises in federal contracting. Interested contractors must submit sealed bids by 11:00 AM on April 15, 2025, and are encouraged to direct any inquiries to the primary contact, Karly Zamiar, at karly.zamiar@us.af.mil or by phone at 707-424-2014, by the deadline of March 17, 2025.
Termite Removal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for termite removal services at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves exterminating subterranean termites in three buildings totaling approximately 21,930 square feet, with contractors required to use state-approved pesticides and adhere to military guidelines and environmental regulations. This contract is a Total Small Business Set-Aside, with a focus on promoting small and disadvantaged businesses, and the estimated period of performance must be included in the quotes. Interested contractors should submit their quotes by April 16, 2025, and direct any inquiries to the primary contact, Kody McPherson, at kody.mcpherson.1@us.af.mil or (520) 228-1922.
HVAC Duct Cleaning - Building 11A - Wright Patterson AFB
Buyer not available
The Department of Defense is soliciting proposals for HVAC duct cleaning services at Building 11A, Wright-Patterson Air Force Base, Ohio. The primary objective of this contract is to enhance indoor air quality and HVAC system efficiency by cleaning Air Handling Unit (AHU) 1 and its associated ductwork, utilizing methods such as steam cleaning and negative pressure duct scrubbing. This project is crucial for maintaining operational efficiency and compliance with health and safety standards in federal facilities. Interested contractors must submit their proposals by April 17, 2025, with a total budget of $9 million allocated for this initiative. For further inquiries, potential bidders can contact Matthew Shofner at matthew.shofner.1@us.af.mil or Claire Hess at claire.hess@us.af.mil.
F-35 Controlled Temperature Storage
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking bids for the construction of a Controlled Temperature Storage facility at the Defense Distribution Depot San Joaquin in Tracy, California. The project involves providing all necessary labor, materials, and equipment to install a new temperature-controlled storage room within an existing warehouse, including insulation, lighting, HVAC, and fire protection systems. This initiative is crucial for the proper storage of sensitive materials related to the F-35 program and is set aside exclusively for small businesses, with a contract value estimated between $1 million and $5 million. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by April 22, 2025, and can direct inquiries to Paul Holbert at paul.holbert@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
FA462525R0004, Whiteman AFB Temporary Lodging Facilities Roofing Replacement
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the roofing replacement of Temporary Lodging Facilities (TLFs) at Whiteman Air Force Base in Missouri, under solicitation number FA462525R0004. The project entails the comprehensive replacement of approximately 27,882 square feet of roofing across six buildings, including the removal of existing roofing materials and structural components, while adhering to strict compliance with federal regulations regarding safety and environmental standards. This initiative is crucial for maintaining adequate housing for military personnel and their families, ensuring operational readiness at the base. Interested contractors must submit sealed bids by April 25, 2025, at 12:00 PM, and are encouraged to contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or Caleb Kirchhoff at caleb.kirchhoff@us.af.mil for further inquiries.
SXHT 23-1030 Repair HVAC B535
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm Fixed-Price Construction Contract to repair the HVAC system at Building 535, located at Patrick Space Force Base in Florida. This project, designated as SXHT 23-1030, involves significant tasks such as the removal and replacement of air handlers, installation of return ducts, and improvements in humidity control, all while adhering to Florida Building Codes and specific Army Air Force regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project value between $1 million and $5 million, contingent upon the availability of appropriated funds. Interested contractors must submit their bids by April 23, 2025, with a mandatory site visit scheduled for March 31, 2025, and can direct inquiries to Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
Static Display Maintenance & Painting, Travis AFB, CA
Buyer not available
The Department of Defense, through the 60th Air Mobility Wing at Travis Air Force Base (AFB), California, is seeking qualified small businesses to provide exterior maintenance and painting services for a static display Douglas C-47 aircraft. The contractor will be responsible for washing, sanding, repairing, and repainting the aircraft, ensuring adherence to historical preservation standards and environmental regulations. This project is crucial for maintaining the aircraft's historical integrity and aesthetic appearance, while protecting it from environmental factors and animal intrusion. Interested vendors must submit their qualifications and capabilities by April 18, 2025, and can direct inquiries to Mr. Michael Goetz at michael.goetz.7@us.af.mil or Vitaliy Kim at vitaliy.kim.1@us.af.mil.
PKA-Vehicle Barrier Maintenance Amendment 0001
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Travis Air Force Base, California. The contract aims to ensure the efficient operation of vehicle barrier systems through regular inspections, preventive maintenance, and prompt repairs, with a focus on compliance with federal and military standards. This opportunity is set aside for small businesses under NAICS code 561621, with a site visit scheduled for April 10, 2025, and quotes due by April 17, 2025, at 12:00 PM PDT. Interested vendors should contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further details.
Travis AFB MACC BOA
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the establishment of a Multiple Award Construction Contract (MACC) Basic Ordering Agreement (BOA) for construction projects at Travis Air Force Base in California. The procurement aims to create two pools of contractors: Pool 1 for minor non-complex construction tasks and Pool 2 for major construction projects that require design-build capabilities. This initiative is crucial for maintaining and enhancing the infrastructure at the base, ensuring compliance with federal standards and regulations throughout the construction process. Interested contractors must submit their applications for Pool 1 by May 9, 2025, and are encouraged to direct inquiries to the primary contact, Stephen Platt, at stephen.platt.2@us.af.mil or by phone at 707-424-7754.