WESTERN MATOC ONLY - Repair_Expand B216 Peterson Space Force Base
ID: W912QR-41760654Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense has issued a combined synopsis and solicitation for a construction project at Peterson Space Force Base in Colorado Springs, specifically aimed at contractors within the Western MATOC region. The project involves the design and build repair, and expansion of Building 216, requiring significant demolition and renovation work. The Army Corps of Engineers emphasizes compliance with wage requirements and seeks price proposals from eligible contractors by the extended deadline of 2 pm on August 16, 2024.

    This procurement reflects the government's focus on upgrading its physical infrastructure, with a particular emphasis on compliance with labor regulations and a tight submission window. The project holds potential value in the $5 million to $10 million range, targeting skilled contractors for this specialized task.

    Several PDF files and a spreadsheet provide further details on the opportunity. They outline the scope, requirements, and evaluation criteria for a diverse range of projects, spanning smart city solutions, IT upgrades, education technology, network enhancements, emergency response vehicles, and sustainable energy initiatives. Each procurement has a different submission deadline and estimated budget, offering a variety of opportunities for eligible bidders.

    For more information, interested parties can review the attached documents, which provide detailed insights into the specific projects and their respective key dates, evaluation criteria, and contact persons.

    Point(s) of Contact
    Files
    Title
    Posted
    File 1: "Smart City Solutions RFP" The primary objective of this RFP is to procure innovative smart city solutions to enhance urban operations and services. The focus is on developing a comprehensive strategy for managing city resources, including traffic optimization, waste management, and efficient energy solutions. Specific requirements include real-time data analytics and visualization tools, integration of IoT devices for enhanced infrastructure monitoring, and proposals for sustainable energy initiatives. The city seeks a flexible and scalable solution, with the potential for future expansion. The scope of work involves designing a smart city control center, implementing IoT solutions for selected city areas, and integrating existing systems into the new infrastructure. Vendors will need to provide detailed implementation plans and demonstrate their ability to manage complex projects. The contract is expected to be a long-term agreement, with a focus on outcomes and performance. Financial details and contract duration are provided in the RFP documents. Key dates include a forthcoming site visit for potential bidders and a submission deadline in early June. The city reserves the right to award the contract based on the most advantageous proposal, considering technical merit and cost-effectiveness. File 2: "IT Infrastructure Upgrade RFP" This RFP aims to procure cutting-edge IT infrastructure for a government agency, focusing on enhancing cybersecurity and improving operational efficiency. The main objective is to upgrade the agency's legacy systems, network architecture, and cybersecurity measures. The agency seeks robust and scalable solutions, with specific requirements outlined for server hardware, software upgrades, and advanced cybersecurity tools. Vendors must provide detailed specifications and performance guarantees for their proposed solutions. The scope of work encompasses designing a resilient network architecture, implementing enhanced security measures, and conducting comprehensive staff training. Vendors should also be prepared to offer ongoing support and maintenance as part of the proposed solution. Contract details are outlined as a firm-fixed-price arrangement, with an estimated total value of $3-5 million. Key dates include a pre-proposal conference in mid-May and a submission deadline in late June. Evaluation of proposals will prioritize technical capabilities, past performance, and cost efficiency. File 3: "Community Development Grant" The focus of this grant is on supporting community development initiatives that foster economic growth and improve the quality of life in economically disadvantaged areas. The primary objective is to fund programs and projects that enhance job training, education, and local infrastructure. Grants are sought for specific initiatives aimed at developing sustainable economic strategies, upgrading community facilities, and providing access to quality education and vocational training. The aim is to reduce unemployment and enhance community cohesion. Applicants need to provide detailed proposals outlining their community development projects, including clear budgets and implementation timelines. Strong consideration will be given to projects that demonstrate innovative partnerships and leverage additional funding sources. The grant award process will prioritize projects with significant economic impact, measurable outcomes, and community engagement. The state government has allocated $10 million for this round of funding. Key dates involve a letter of intent submission deadline in early July, followed by a detailed application deadline in August. File 4: “Emergency Response Technology” This file seeks to procure cutting-edge technology to enhance the emergency response capabilities of a regional authority. The main objective is to improve coordination and communication during emergencies and natural disasters. The authority requires robust solutions for real-time data sharing, integrated communication platforms, and GPS-based tracking systems to manage emergency response teams and resources effectively. Vendors should offer solutions that facilitate information exchange among various response agencies. The scope of work includes supplying and installing the technology, training staff, and providing ongoing maintenance and support. The contract is anticipated to be a time-and-materials arrangement. No specific contract values are mentioned, but budget details are provided for successful applicants to consider. Key dates include a mandatory vendor conference in early June and a proposal submission deadline in mid-July. File 5: “Sustainable Energy Solutions” The government aims to procure sustainable energy solutions to reduce its carbon footprint and energy costs. The focus is on implementing environmentally friendly initiatives across government buildings and operations. Specific requirements include proposals for solar energy systems, energy storage solutions, and energy-efficient technologies. Vendors should detail the potential energy savings and return on investment for their proposed projects. The scope involves designing and installing sustainable energy systems and providing long-term maintenance. The government seeks a partnership approach, with vendors committed to ongoing support and data-driven performance monitoring. Contract details are not explicitly mentioned, but the procurement is positioned as a means to achieve long-term energy cost savings. Key dates span several months, starting with a bidder's conference in May and concluding with a proposal submission deadline in September. Evaluation will consider the technical merits, financial viability, and potential energy savings of each proposal.
    File 1: "Smart City Solutions RFP" The primary objective of this RFP is to procure innovative smart city solutions to enhance urban operations and services. The focus is on developing a comprehensive strategy for managing city data, improving citizen engagement, and efficiently integrating various city systems. The desired solution includes a robust platform or ecosystem that enables seamless data sharing and analysis, facilitating better decision-making for city administrators. Specific requirements include the ability to integrate multiple data streams from various city sensors and devices, real-time data processing and visualization capabilities, and a citizen-friendly interface for accessing information and services. The solution should also support advanced analytics and predictive modeling, with an emphasis on improving public safety and optimizing city resource allocation. The scope of work involves designing and implementing this integrated platform, including system engineering, configuration, and data migration. The successful vendor will collaborate with city departments to gather requirements, conduct site surveys, and provide ongoing support and training. The RFP outlines a preferred vendor capable of delivering a turn-key solution with a fixed-price contract. The estimated contract value is $2 million, and key dates include a response deadline of 45 days after RFP release and an expected project duration of 12 months. Evaluation criteria weight technical merit and past performance highly. File 2: "IT Network Upgrade Project" This file seeks bids for an IT network upgrade project aimed at enhancing the state's central IT infrastructure. The primary objective is to procure and implement a scalable and secure network solution to replace the existing outdated system. The focus is on improving network reliability, increasing bandwidth, and ensuring seamless connectivity across various state agency locations. Specific technical requirements include supporting high-speed data transfer, implementing network segmentation for enhanced security, and ensuring compatibility with existing applications. The solution should adhere to industry standards and best practices for network design and include a robust disaster recovery plan. The scope of work encompasses designing the network architecture, supplying and installing necessary equipment, and conducting comprehensive testing. The project timeline is estimated at six months, with key dates including a pre-bid conference and a submission deadline 30 days after the conference. The state prefers a firm-fixed-price contract for this project, with an estimated value of $500,000. Evaluation criteria will consider the bidder's expertise, proposed solution's quality and robustness, and past performance. File 3: "Emergency Response Vehicle Procurement" The local government seeks to procure a range of emergency response vehicles, focusing on ambiguity and versatility. These vehicles will enhance the rapid response capabilities of the fire and rescue services, catering to various emergency scenarios. The RFP specifies the need for both standard and specialized vehicles, including fire trucks, ambulances, and rapid intervention vehicles. The procurement emphasizes the vehicles' customization to meet specific emergency response needs, incorporating advanced technology and equipment. Suppliers are expected to deliver vehicles with specialized features such as customizable modular components, emergency lighting and sirens, and communications equipment. The RFP also highlights the need for robust after-sales support, training, and maintenance provisions. A time-and-materials contract is preferred for this procurement, with a flexible pricing structure based on the different vehicle types. The estimated total value is $1.2 million, and key dates are the submission deadline 35 days after RFP release and a projected delivery timeline of 9-12 months. Evaluation will prioritize product quality, durability, and vendor responsiveness.
    File 1: "Smart City Solutions RFP" The primary objective of this RFP is to procure innovative smart city solutions to enhance urban operations and services. The focus is on developing a comprehensive strategy for managing city resources, including traffic optimization, waste management, and efficient energy solutions. Specific requirements include real-time data analytics and visualization tools, integrating IoT devices for enhanced infrastructure monitoring, and proposing sustainable solutions for reduced carbon emissions. The city seeks a flexible and scalable system, with the potential for future expansion. The scope of work involves designing a smart city control center, implementing advanced traffic management systems, and integrating AI-powered waste management solutions. Vendors will need to provide detailed implementation plans and demonstrate their ability to integrate diverse technologies seamlessly. The contract is anticipated to be a firm-fixed-price agreement, estimated at $3-5 million. Key dates include a submission deadline of 3 months from the RFP release, with a projected project timeline of 12-18 months. Evaluation criteria center around the responsiveness and creativity of proposed solutions, their technical merit, and the bidder's ability to execute the project, with a focus on smart city expertise and successful track records. File 2: "IT Infrastructure Upgrade RFP" This RFP aims to procure cutting-edge IT infrastructure upgrades for a government agency. The main objective is to enhance network security and improve data center operations through virtualization and cloud-based solutions. The agency requires robust firewall and cybersecurity measures, efficient data storage and backup solutions, and a scalable cloud infrastructure for future expansion. Vendors must detail technical specifications and capacity planning for these requirements. The scope of work includes designing a resilient network architecture, implementing security measures, and migrating critical applications to the cloud. Vendors will be responsible for end-to-end project management and ongoing support. The contract is estimated at $1.5-2 million and will likely be a time-and-materials agreement. Key dates involve a submission deadline 2 months after the RFP release, and a planned project duration of 6-9 months. Evaluation will consider the bidder's expertise and past success with similar projects, focusing on their ability to deliver secure and scalable solutions. Cost-effectiveness and a detailed implementation plan will also be crucial factors. File 3: "Education Technology Solutions" The procurement objective of this RFP is to enhance K-12 education through technology solutions. The goal is to improve student engagement and learning outcomes via interactive digital resources and collaborative platforms. The school district seeks online learning applications, interactive whiteboards, and virtual reality/augmented reality tools for hands-on learning experiences. Vendors should propose solutions that align with the district's curriculum and support personalized learning. The scope involves delivering and installing these technologies district-wide, providing staff training, and integrating the solutions into existing IT infrastructure. Vendors will also be responsible for ongoing technical support and content updates. The contract is expected to be firm-fixed-price, with a budget of around $500,000. Key dates include a submission deadline 1 month from the RFP release, and a projected implementation period of 4-6 months. Evaluation criteria will prioritize the educational impact and alignment with the district's vision, ease of use and accessibility, and the vendor's ability to provide effective post-implementation support. Cost and the potential for future enhancements will also be considered.
    In accordance with AFMAN 31-101v3 PSFB Supp 3, a minimum of five personnel must be listed on this Visitor Control Center Special Event Form. The form collects identifying information for each visitor, including name, date of birth, and driver's license details. This is required for a function taking place in Building 216 on July 23, 2024, with an arrival time of 0900. Two sponsors from USACE, Jacob S. Brakeman and Trina Shoy, are listed as contacts. The form emphasizes the need for visitor privacy and the protection of sensitive information, stating that it contains data protected by the Privacy Act and is for Official Use Only (FOUO). This information is essential for managing access and ensuring the secure conduct of the event.
    The government seeks bids for construction projects in El Paso County, Colorado, involving the repair and expansion of a general purpose aircraft shop. The work entails significant demolition and renovation, including the removal of existing systems and fixtures, with a focus on mechanical, electrical, and fire protection aspects. The project is subject to wage requirements outlined in Executive Orders, with hourly rates ranging from $12.90 to $17.20, adjusted annually. Drawings, plans, and specifications are provided, requiring qualified professionals for precise execution. This information is conveyed through various documents, plans, and specifications within the file.
    The Department of the Army seeks contractors for the design and build repair, and expansion of the General Purpose Aircraft Shop B216 at Peterson Space Force Base in Colorado Springs. The project aims to modify the existing infrastructure and construct new additions, with a focus on interior alterations. Key requirements include design services, sitework, infrastructure upgrades, and compliance with FA Act wage determinations. The estimated cost ranges between $5 million and $10 million. Contractors must submit price proposals, detailing labor categories and adhering to binding rates. The submission deadline is 2 August 2024, with site visits scheduled for 23 July 2024. Evaluation criteria will prioritize the lowest evaluated price, and awarded contracts must commence work within 10 days of notification.
    The Department of the Army, Louisville District Corps of Engineers issues an amendment extending the proposal due date for a Design-Build construction project at Peterson Space Force Base in Colorado. The objective is to repair and expand Building 216. The amendment revises wage decisions and emphasizes the requirement to comply with Executive Orders regarding minimum wage rates. Offerors are given until 2:00 PM on August 16, 2024, to submit their proposals, with the project attracting multiple awards through separate contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    Building 1470 Air Handler Units Phase III , Peterson Space Force Base
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is soliciting proposals for the repair of air handler units (AHUs) at Building 1470 on Peterson Space Force Base in Colorado. The project, designated FA2517-24-Q-2024, involves refurbishments across four floors, including the replacement of electrical fixtures with LED units and ensuring compliance with safety and environmental standards. This procurement is a 100% small business set-aside under NAICS code 238220, with proposals due by September 10, 2024, following a site visit on September 3, 2024. Interested contractors should contact Tate Gutsa at tatenda.gutsa.2@spaceforce.mil for further details, and note that the contract award is contingent upon funding availability.
    21 CES B2025 Cooling Towers Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of three cooling towers at Building 2025, located at Peterson Space Force Base in Colorado. The project aims to address operational issues, including leaks and scaling, and requires compliance with local, federal, and USAF regulations, including Green Procurement mandates. This initiative is crucial for maintaining the operational infrastructure of the base and is set aside exclusively for small businesses under NAICS code 238220. Interested contractors must submit their quotes by September 11, 2024, following a site visit scheduled for August 28, 2024. For further inquiries, contact Cayce Moses at cayce.moses@spaceforce.mil or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil.
    ADA Door Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of ADA-compliant doors at the Child Development Center (CDC) located at Schriever Space Force Base in Colorado Springs, Colorado. The project entails removing existing glass and aluminum doors and replacing them with new doors that meet specified durability, accessibility, and safety standards, with a completion timeline of 40 calendar days following the notice to proceed. This initiative underscores the U.S. Space Force's commitment to enhancing facility accessibility and safety, with an estimated project magnitude between $10,000 and $50,000. Interested small businesses must submit their proposals, including a price proposal and technical approach, by the specified deadlines, and can direct inquiries to Deaven Randolph at Deaven.Randolph.1@spaceforce.mil or 719-567-3763.
    Peterson SFB Wifi Services
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron (21 CONS), is seeking qualified vendors to establish one or more Blanket Purchase Agreements (BPAs) for commercial WiFi services at Peterson Space Force Base (SFB) in Colorado. Vendors must demonstrate their capability to provide comprehensive internet access, including various service tiers ranging from 1MB to 1GB, along with customer support, maintenance, and adherence to specific installation protocols. This procurement is crucial for ensuring reliable communication infrastructure at the military installation, with a response deadline set for August 16, 2029. Interested parties should contact Contracting Officer Jake Hluska at james.hluska@spaceforce.mil for further details.
    Construct Redundant Electrical Supply, Buckley SFB, CO
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a redundant electrical supply at Buckley Space Force Base in Colorado. The project aims to replace aging cable and switchgear, install a new backup commercial power feed, and enhance resiliency in accordance with Uptime Institute Tier IV Standards, thereby eliminating high-risk single points of failure that could jeopardize mission reliability. This construction initiative is critical for ensuring a reliable power supply to the PL-1 area, which is vital for operational continuity. Interested small businesses are encouraged to contact Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further details, with proposals due by the revised deadline as indicated in the solicitation amendments.
    Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for a Design-Build project to repair the vehicle search area at Offutt Air Force Base (OAFB) in Nebraska. The project involves demolishing existing facilities and constructing new structures to enhance vehicle control, inspection processes, and security in compliance with Unified Facilities Criteria (UFC) standards. This initiative is crucial for ensuring the safety and efficiency of vehicle inspections at the USSTRATCOM Gate, with an estimated construction cost ranging from $10 million to $25 million. Interested prime contractors with a bonding capability of at least $10 million must submit their responses, including relevant company information and project experience, by October 9, 2024, as the anticipated solicitation is expected to be issued in April 2025.
    ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build vertical construction services for the Department of Homeland Security's Customs and Border Protection facilities along the southern borders of California, Arizona, New Mexico, and Texas. This procurement is significant as it supports the construction of critical border patrol facilities, with a maximum contract capacity of $1.5 billion over a five-year base period with two option years, and individual task orders not exceeding $150 million. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on a 10% price evaluation for HUBZone businesses, as stipulated by Federal Acquisition Regulation (FAR) 19.1307. Proposals are due by October 15, 2024, and inquiries can be directed to Christopher Preston at christopher.r.preston@usace.army.mil or Nicholas Johnston at nicholas.i.johnston@usace.army.mil.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The US Army Engineering Command (USACE) is seeking tenders for two projects: the construction of a one-bay aircraft maintenance hangar and a composite maintenance facility at an AFSOC site. The work involves significant construction and environmental work, with a focus on transportation, materials, and equipment supply. The solicitation and accompanying documents outline the detailed requirements for these projects, which are essential for maintaining AFSOC operations. The deadline for proposals has been extended to October 29th, 2024, following amendments incorporating updated specifications and drawings. Contact Jack Letscher or Valeria Fisher for more information. The USACE is ready to award a contract with an estimated value of $20 million for the two projects combined.
    Comprehensive Construction & Engineering (C2E) MATOC IDIQ
    Active
    Dept Of Defense
    The Department of Defense seeks worldwide construction and engineering services through the Comprehensive Construction & Engineering (C2E) Multiple Award Task Order Contract (MATOC). This partial small business set-aside solicitation aims to establish a contract for design-build and design-bid-build projects. The scope includes new construction, infrastructure development, and the renovation of existing facilities for various defense agencies. The contract's key tasks involve providing a full range of construction methods and technologies, with expected locations of performance spanning DoD installations across the world, including the United States and Europe. Offerors should refer to the PIEE Solicitation module for detailed information and documents related to this solicitation. Eligible applicants for this opportunity should possess expertise in commercial and institutional building construction, with qualifications in design-build and design-bid-build construction projects. Experience in working on DoD projects and holding relevant certifications in construction management or a related field could be advantageous. The contract is expected to be funded through a combination of sources, with an estimated value of up to $999,999,999. The solicitation process does not accept hard copy submissions and requires offerors to use the PIEE platform for digital submissions. All submissions must be received before the solicitation closing date. The government will evaluate applications based on factors such as technical merit, past performance, and price. Consideration will also be given to offerors' ability to demonstrate a strong understanding of the requirements and their capacity to deliver high-quality services. For any clarification or questions, interested parties can contact the C2E Team Organizational Email at FA8903 772 ESS PKKA C2E@us.af.mil. This summary provides an overview of the C2E MATOC IDIQ opportunity, combining information from the government listing and associated files. For more detailed information, offerors should refer to the sources mentioned above.