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 22, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 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 L/H/S Amendment 03" project at Travis Air Force Base in California. The project involves comprehensive repairs to a pest-infested suspended ceiling system at Building 380B, including demolition and replacement of the ceiling, insulation, and HVAC components, while ensuring compliance with safety and environmental regulations. This initiative is critical for maintaining a safe and functional work environment, with an estimated contract value between $250,000 and $500,000 and a performance period of 180 days. Interested contractors must submit their proposals by May 8, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 9:06 PM UTC
Apr 22, 2025, 9:06 PM UTC
Apr 22, 2025, 9:06 PM UTC
Apr 22, 2025, 9:06 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 22, 2025, 9:06 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.
Apr 22, 2025, 9:06 PM UTC
The government project "Repair Pest Damage (L/H/S), B380B" focuses on the comprehensive repair and abatement of a pest-infested suspended ceiling system at Building 380B. The contractor is responsible for demolishing and replacing the ceiling, including an R30 insulation and the HVAC supply system. They must also address hazardous waste from animal waste and implement pest control measures to prevent further infestations, specifically from raccoons. The scope includes demolishing 8,216 square feet of ceiling and insulation while ensuring existing utilities like sensors and fire alarms remain intact. A construction schedule is required, as parts of the building must remain occupied; temporary offices and internet access for displaced staff must be provided if needed. Additionally, the contractor is tasked with obtaining all approvals for materials, adhering to applicable codes, safeguarding furniture, and ensuring environmental compliance during demolition and construction. This RFP reflects federal standards for facility maintenance and pest management, showcasing the government’s commitment to maintaining safe and functional work environments.
Apr 22, 2025, 9:06 PM UTC
The document pertains to the guidelines and requirements for submissions related to federal grants and Requests for Proposals (RFPs) at both federal and state/local levels. It outlines the processes prospective applicants must follow to access funding opportunities aimed at various projects. The key elements include eligibility criteria, application procedures, required documentation, and evaluation criteria. Additionally, the document highlights the importance of compliance with federal regulations and the necessity for thorough proposals that clearly demonstrate project viability and alignment with funding objectives. Emphasis is placed on accountability, transparency, and the strategic alignment of proposals with governmental priorities, ensuring that funded projects contribute positively to community outcomes. The document serves as a crucial resource for organizations seeking federal or state support, facilitating informed and effective applications that adhere to established protocols.
Apr 17, 2025, 6:12 PM UTC
The document outlines requirements and inquiries regarding a construction project for repairing pest damage at Building 380B, with specific attention to pest control, HVAC renovations, and temporary staff accommodations during construction. Key issues include confirming funds for expedited pest management, identifying air diffuser replacements, and clarifying workspace requirements, as 8 staff occupy the building rather than the previously stated 5. The contractor must ensure compliance with safety protocols due to the absence of a "triple hat" position, while dual roles may require contract officer approval. Notably, the trailer accommodation specifications for staff relocation emphasize minimum square footage and restroom provisions. The responses clarify that pest control measures must incorporate closing openings for pest entry and define storage requirements for the CDC library. Moreover, HVAC renovations do not require new mechanical design values or adjustments, as existing ductwork will not be modified. Overall, the document serves to facilitate contractor preparations aligning with federal and local regulatory standards throughout this renovation project.
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 22, 2025, 9:06 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 22, 2025, 9:06 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 22, 2025, 9:06 PM UTC
The document appears to be a compilation of federal and state/local Requests for Proposals (RFPs) and grants related to various government initiatives. It includes a mix of specifications and requirements for potential contractors or grant applicants, highlighting areas such as compliance standards, technologies involved, and project deliverables. Key points emphasize the technical and regulatory needs for submissions, focusing on areas like environmental assessments, infrastructure improvements, and public safety measures. Additionally, it outlines the importance of adhering to federal and state regulations, ensuring that all projects meet specific criteria for funding and execution. The overarching purpose of the document is to guide organizations and individuals through the RFP process, providing clarity on what is required to secure government contracts or grants. By delineating the expectations and standards necessary for submissions, the document aims to streamline the application process, thereby promoting successful project outcomes aligned with government objectives.
Apr 22, 2025, 9:06 PM UTC
This document is an amendment to a government solicitation, specifically adjusting the timeline and requirements for offers related to a pest damage repair project at Travis Air Force Base, California. The amendment extends the due date for submission of offers from May 1, 2025, to May 8, 2025, and includes an updated Statement of Work (SOW) dated April 15, 2025. Key points noted in the amendment include specific instructions for submitting proposals, which must be sent via email to designated contacts, and the stipulation that submissions must comply with all relevant regulations and contractual requirements outlined in Sections B through K of the Request for Proposal (RFP). Offerors are informed about potential rejection risks related to late submissions or non-compliance with proposal instructions. Additionally, the amendment confirms that all other terms of the solicitation remain effective unless modified within this document. The summary of changes section clearly delineates the previous versus updated information to ensure clarity for contractors involved in the procurement process.
Apr 22, 2025, 9:06 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 22, 2025, 9:06 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 22, 2025, 9:06 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 22, 2025, 9:06 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 22, 2025, 9:06 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 22, 2025, 9:06 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 22, 2025, 9:06 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- B381 Elevator Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of three elevators at Travis Air Force Base in California under solicitation number FA442725R0011. The contractor will be responsible for providing all necessary design, labor, materials, and supervision to ensure compliance with safety and environmental standards, including the abatement of hazardous materials and adherence to relevant building codes. This project is critical for maintaining operational efficiency and safety at the base, with a firm-fixed-price contract structure that emphasizes compliance with federal acquisition regulations. Interested contractors must submit their bids by May 16, 2025, at 2:30 PM local time, and can direct inquiries to the primary contact, Johnathan Daniels, at johnathan.daniels.1@us.af.mil or by phone at 707-424-7726.
PKA - B549 Repair Multiple Fire Alarm Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. The procurement involves the design and construction services necessary to upgrade and replace outdated fire alarm control panels in Building 549, which are no longer serviceable due to parts unavailability. This initiative is crucial for maintaining safety standards in federal facilities and ensuring compliance with various safety and regulatory codes. The project has an estimated value between $500,000 and $1,000,000, with a response deadline for proposals extended to May 6, 2025. Interested parties can contact SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further information.
PKA-Vehicle Barrier Maintenance Amendment 0002
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 in California. The contract aims to ensure the operational efficiency of 27 vehicle barriers, including crash gates and bollards, through preventive maintenance, routine service calls, and emergency response, with a base year and four one-year options available. This procurement is crucial for maintaining security and functionality at the base's access points, reflecting the government's commitment to national security and operational readiness. Interested small businesses must submit their proposals by May 2, 2025, and can contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further information.
HVAC Install Bldg. 402 Space Systems Command
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of HVAC systems in Building 402 at Holloman Air Force Base, New Mexico. The project entails the installation of three 4.5-Ton Trane blower coils, along with necessary piping and ductwork, to enhance air conditioning capabilities in three designated office rooms. This initiative is crucial for maintaining a comfortable working environment, particularly during the summer months when existing cooling systems are inadequate. Interested contractors should note that the project has an estimated value between $500,000 and $1,000,000, and proposals must be submitted in sealed envelopes. For further inquiries, contact Julia P. Kirby at julia.kirby.1@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil, with a focus on adhering to the submission deadlines outlined in the solicitation documents.
HVAC Replacement Bldg. 395, March ARB
Buyer not available
The Department of Defense, specifically the Air Force Reserve, is seeking qualified contractors for the HVAC replacement project at Building 395, March Air Reserve Base in California. The project involves the design and construction of a new chilled water HVAC system, including the demolition of the existing VRF system, installation of hot water boilers, and enhancements to electrical controls, all in compliance with federal, state, and local regulations. This initiative is crucial for modernizing facility infrastructure and ensuring operational readiness, with a total performance period of 78 calendar days and an estimated construction magnitude exceeding $10 million. Interested firms must submit a Capability Statement by May 2, 2025, to both Marissa E Lopez and Elidec (Ellie) Frias via email, providing detailed company information and relevant project experience.
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 replacing approximately 27,882 square feet of roofing on six buildings, including the removal of existing roofing materials and structural components, with compliance to federal regulations regarding asbestos management and construction 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, and are encouraged to contact primary point Tariq Abdullah at tariq.abdullah.1@us.af.mil or 660-687-2594 for further details.
Travis AFB MACC BOA
Buyer not available
The Department of Defense 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 projects 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 regulations and quality standards. Interested contractors must submit their applications for Pool 1 by May 9, 2025, and are encouraged to register with the System for Award Management (SAM) prior to submission. For further inquiries, potential applicants can contact Stephen Platt at stephen.platt.2@us.af.mil or Karly Zamiar at karly.zamiar@us.af.mil.
Room 122 Bldg. 229C Wall Repair & Repaint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for wall repair and repainting services in Room 122 of Building 229C at Warner Robins Air Force Base. The project entails preparing and painting approximately 4,240 square feet of wall space, including columns and two doors, with a focus on compliance with safety and environmental regulations. This procurement is significant for maintaining the operational integrity of the facility and ensuring a safe working environment. Interested vendors, particularly Women-Owned Small Businesses (WOSBs), must submit their quotes by April 30, 2025, to Adam Hudson at adam.hudson.4@us.af.mil, with the contract valued at $45 million and following Simplified Acquisition Procedures.
Travis AFB Hangar FCX Power System Repair and Maintenance
Buyer not available
The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.
Repair B2180 Chiller
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to repair the chiller system at Building 2180, Beale Air Force Base, California. The project involves removing an existing 20-ton water-cooled chiller and installing a new 20-ton air-cooled chiller, including the disposal of outdated equipment and integration with the existing Siemens Building Management System. This opportunity is crucial for maintaining operational efficiency at the base, with an estimated contract value between $100,000 and $250,000. Interested firms must submit a written notice of intent to respond, along with relevant project experience and company details, to the provided email address by the specified deadline.