126th HQ Parking Spaces
ID: W50S7S25QA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M6 USPFO ACTIVITY ILANG 126SCOTT AFB, IL, 62225-5503, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF PARKING FACILITIES (Y1LZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of additional parking spaces at the 126th Air Refueling Wing located at Scott Air Force Base in Illinois. The project involves the construction of four new parking stalls, including an ADA-compliant ramp, with an estimated cost between $25,000 and $100,000. This procurement is a Total Small Business Set-Aside, emphasizing the importance of innovative solutions and compliance with federal and state regulations, particularly regarding accessibility and environmental standards. Interested contractors must submit sealed offers by April 28, 2025, and are encouraged to attend a formal site visit scheduled for April 9, 2025, to better understand the project requirements. For further inquiries, potential bidders can contact MSgt Benjamin James at benjamin.james.1@us.af.mil or MSgt Jonathan Middleton at jonathan.middleton.5@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for constructing an expanded parking area at the 126th Air Refueling Wing, Scott Air Force Base, Illinois. The project aims to improve parking capacity for leadership and handicapped accessibility while ensuring all work complies with applicable codes and standards. Key objectives include constructing four new parking spaces, adding a concrete sidewalk, and reconfiguring an ADA-compliant ramp to Building 5000. The document details required site inspections, timelines for project milestones, and submittal processes. It emphasizes contractor responsibilities for safety, environmental compliance, and maintaining clear access during construction. Additionally, regulations concerning product compliance, energy efficiency incentives, and security protocols for contractors are included. The PWS stresses the importance of coordination with contracting officers and adherence to military standards throughout the project, while also addressing cleanup and material disposal requirements. This comprehensive plan ensures that the parking lot enhancement meets operational needs while following federal guidelines and maintaining safety standards.
    The document outlines specifications and recommendations from the Performance Work Statement (PWS) regarding the construction of new parking spaces and sidewalks at a facility in Illinois, emphasizing compliance with ADA standards. Key tasks include constructing a new 6’ sidewalk with an ADA ramp and adjusting parking space arrangements to ensure accessibility without obstructions. The report recommends eliminating a proposed curb to prevent snowplow damage and outlines responsibilities for tree removal and concrete pad demolition. Soil and compaction testing are advised due to suspected contamination. The layout for ADA parking aims to accommodate at least four compliant spaces, following state regulations for dimensions and placement. Additional details cover the installation of automatic doors that meet accessibility requirements, hardware specifications, and signpost standards. The document highlights the importance of adhering to both federal and Illinois regulations, ensuring safety, compliance, and functional design that aligns with existing infrastructure at Scott AFB. This RFP emphasizes both environmental and construction management considerations, crucial for maintaining standards while executing the project.
    The document outlines specific information requests from a federal government entity regarding a project involving door hardware installation and asphalt parking lot construction. Firstly, the entity requests photographs of the door designated for hardware installation to ensure compatibility and compliance with design specifications. Secondly, the document specifies the estimated dimensions for the asphalt parking lots to be constructed, which should be approximately 41 feet by 20 feet as referenced in the provided Performance Work Statement (PWS). This engagement highlights the attention to detail required in federal contracting processes, emphasizing the necessity for clear communication and comprehensive project specifications to aid in proposal evaluations and project planning. These requests reflect standard practices in government Requests for Proposals (RFPs), ensuring that potential contractors have the necessary information to develop accurate bids and assessments.
    The memorandum outlines the details from a site visit conducted on April 9, 2025, related to the Request for Quote (RFQ) for HQ parking spaces at the 126th Base Contracting office. During the meeting, the solicitation package was reviewed, highlighting the evaluation process that will follow FAR Part 13 procedures, which includes comparative evaluations and encourages innovative solutions. Interested offerors are required to submit specific documents, including a pricing format, any proposed changes to the Statement of Work, a brief on-site supervisor resume, and a technical narrative demonstrating their understanding of the project. Compliance with the applicable dollar threshold will necessitate payment or bid bonds. Each quote will be assessed on its individual merit, focusing on the most advantageous terms for the government. Offerors were advised to submit technical questions in writing, with responses provided via solicitation amendments. This process emphasizes the government's preference for solutions that align with project requirements and allows flexibility in the contract's timeline.
    The solicitation for the 126th Air Refueling Wing at Scott Air Force Base seeks contractors for the construction of additional parking stalls, specifically four new spaces and an ADA-compliant ramp. This Request for Quote (RFQ) is a small business set-aside with an estimated project cost between $25,000 and $100,000. Contractors are required to submit sealed offers by April 28, 2025, and are encouraged to provide a technical narrative demonstrating their understanding of project requirements, along with a resume of an on-site supervisor. The evaluation process will consider price, technical capability, and past performance, with a focus on innovative solutions. A formal site visit will be arranged, and all bids must be valid for 30 days. The document incorporates various FAR and DFARS clauses, ensuring compliance with regulatory standards for federal contracts. The government emphasizes the importance of using domestic construction materials, adhering to timelines, and maintaining open communication regarding performance and invoicing. The overall goal is to secure a single Firm Fixed Price Contract that brings the best value to the government while enhancing operational capacities at the base.
    The memorandum from the 126th Civil Engineer Squadron updates the response to a Request for Information (RFI) regarding electrical access for new handicap doors at a facility on Scott AFB, dated April 30, 2025. Initially, the estimated distance for 110v access was reported as 125-175 feet, referencing the distance from the building's front entry to its mechanical room. However, upon further clarification, the distance was revised to approximately 50 feet, given that an electrical panel in room 132 has spare capacity available for the project. The document emphasizes the importance of accurate proposals and encourages stakeholders to submit any additional queries to the 126ARW Contracting Office. This memorandum serves to ensure clarity and facilitate the ongoing planning and implementation of the handicap accessibility improvements.
    The government document pertains to various federal and state Request for Proposals (RFPs) and grants, focusing on procurement opportunities aiming to secure a wide range of services and solutions. The main purpose is to outline the processes for obtaining federal and local funds to support projects that align with strategic governmental initiatives. Key elements include guidelines for proposal submissions, eligibility criteria, assessment procedures, and compliance requirements. Potential applicants are encouraged to demonstrate how their projects address specific community needs and how they contribute to broader governmental goals, including innovation, social equity, job creation, and environmental sustainability. The document underscores the importance of transparency and accountability in the funding process, emphasizing evaluation metrics and reporting standards that applicants must adhere to. It serves as a critical resource for businesses and organizations seeking to collaborate with government entities, reinforcing the commitment to fostering public-private partnerships for community advancement. Overall, this document serves as a framework for engaging with government funding processes while prioritizing public interest and compliance with established regulations and objectives.
    Lifecycle
    Title
    Type
    126th HQ Parking Spaces
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    FY26 A&E IDIQ Scott AFB, IL
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs, with each contract potentially spanning one base year and four option periods. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, and are required to be registered in the System for Award Management (SAM) and licensed to practice in Illinois. For further inquiries, contact Christa Wooten at christa.wooten@us.af.mil or Fawne E. Lee at fawne.lee@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    183 CES Demolish Buildings 12 & 13
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    183 CES Paint Munitions Buildings 143 & 154
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 2025.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    FY26 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is forecasting several construction and repair contract opportunities at Jefferson Barracks Air National Guard Station in St. Louis, Missouri, for fiscal year 2026. The anticipated projects include constructing vehicle operations covered parking with rooftop solar panels, repairing the roof of Building 99, and various smaller repair initiatives across multiple buildings, with most projects set aside for small businesses. Interested vendors are encouraged to submit their SAM UEI number, bonding capacity, and a summary of their capabilities to the primary contacts, MSgt Joe Bernier and SMSgt Mark Phillips, via email, as there is no deadline for submissions. The projected contract values range from less than $25,000 to over $5 million, with updates to the opportunity provided periodically throughout the fiscal year.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.