Intern Summer Housing_77658_75892
ID: FA857125Q0047Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Rooming and Boarding Houses, Dormitories, and Workers' Camps (721310)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: CIVILIAN PERSONNEL RECRUITMENT (V251)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide housing services for ten engineering interns participating in the 2025 Summer Internship Program at Robins Air Force Base in Georgia. The selected contractor will be responsible for offering 56 days of housing from June 1 to July 27, 2025, and must comply with various federal regulations, including Operations Security (OPSEC) protocols and the Agency Affirmative Procurement Program. This opportunity is significant as it supports the development of future engineering talent while promoting inclusivity through the solicitation of Women-Owned Small Businesses (WOSB) and other small business designations. Interested parties should contact Tarmeka Battle at Tarmeka.Battle@us.af.mil or Lasonia Anderson at lasonia.anderson@us.af.mil for further details regarding the proposal submission process.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for providing housing services for ten engineering interns participating in the 2025 Summer Internship Program at Robins Air Force Base, Georgia. The housing support will last 56 days and facilitate the interns' roles within the 402d Maintenance Support Group and the 402d Electronics Maintenance Group. The document details the organizational structure, including designated primary and alternate government representatives from both groups, who will serve as points of contact but will not have supervisory authority over the contractor. The contractor is required to comply with Operations Security (OPSEC) protocols to ensure protection of sensitive information. Additionally, adherence to the Agency Affirmative Procurement Program is mandated, which requires procurement of environmentally friendly products as specified by EPA and USDA guidelines. The contractor must deliver estimates and certifications related to recovered materials and submit payment requests electronically via the Procurement Integrated Enterprise Environment. The document has no appendices and emphasizes the importance of quality assurance through government inspection rights. Overall, the PWS establishes essential service expectations and compliance responsibilities for the contractor.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for providing housing services for interns participating in the 2025 Summer Internship Program, linked to Middle Georgia State University. The contractor is required to offer 56 days of housing from June 1 to July 27, 2025, for ten engineering interns at Robins Air Force Base. It includes specifications for the quantity and type of housing, performance requirements, and strict adherence to federal regulations. The form requires detailed information regarding the offeror's compliance with various Federal Acquisition Regulation (FAR) clauses, payment processes, and contract administration requirements. Additionally, it outlines clauses related to small business designations, such as relationships with economically disadvantaged women-owned small businesses and service-disabled veteran-owned small businesses. The purpose is to facilitate the contract award process while ensuring compliance with government procurement standards and encouraging participation from eligible business entities, promoting inclusivity in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Summer Cadet Housing
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the provision of Summer Cadet Housing at West Point. This opportunity aims to identify potential vendors capable of meeting the housing needs for cadets during the summer training period. The successful contractor will play a crucial role in ensuring that cadets have adequate accommodations, which is essential for their training and overall experience. Interested parties should reach out to Dayanna Wallace at dayanna.wallace.civ@army.mil for further information regarding this sources sought notice.
    Renovate Bldg. 59D -Robins AFB, GA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Savannah District, is seeking potential contractors for the renovation of Building 59D and the upgrade of the fire control system in Building 62 at Robins Air Force Base, Georgia. The project entails significant renovations, including repairs to roofs, electrical systems, and the installation of a new fire system, with an estimated construction cost ranging from $25 million to $100 million and a performance period of approximately 540 calendar days following the notice to proceed. This opportunity is classified under NAICS code 236220, which pertains to commercial and institutional building construction, and may be reserved for small businesses based on market responses. Interested firms are invited to submit their capability statements by February 28, 2025, and should direct inquiries to Gregory Graham or Alicia Scott at the provided contact information.
    Warner Robins Air Logistics Complex Production Overhead Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Warner Robins Air Logistics Complex Production Overhead Support contract at Robins Air Force Base, Georgia. The contractor will be responsible for providing labor, management, and travel support for the Workload & Analysis Branch, requiring personnel such as Production Control Clerks, Planners, Material Subject Matter Experts, Schedulers, and Supervisors across multiple ordering periods from January 20, 2025, to January 19, 2030. This contract, valued at approximately $24.5 million, is crucial for maintaining operational efficiency and compliance with government standards in military logistics. Interested contractors should reach out to Adam Hudson at adam.hudson.4@us.af.mil or Bryan Canady at bryan.canady@us.af.mil for further details and must submit their proposals by the specified deadline.
    AE24DORMS – MATOC for Title I and Title II Services for Dormitory Facilities Worldwide
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide Title I and Title II services for dormitory facilities worldwide under the AE24DORMS MATOC initiative. This procurement aims to secure engineering services that encompass architectural and engineering tasks related to landscaping, interior layout, and design for various dormitory facilities. The services are crucial for maintaining and enhancing living conditions for personnel stationed at these facilities, ensuring they meet operational and safety standards. Interested parties should contact Brindle Summers at brindle.summers@us.af.mil for further details, as this opportunity is set aside for small businesses and falls under NAICS code 541330.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.
    Robins AFB LCMC/EBUG Lab Wall and Flooring Renovation
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for the renovation of the LCMC/EBUG Lab at Robins Air Force Base in Georgia. The project involves the removal and replacement of existing walls and flooring, specifically the installation of DIRTT walls and luxury vinyl tile (LVT) flooring, along with necessary electrical modifications. This renovation is crucial for establishing a new additive manufacturing lab, enhancing operational efficiency and compliance with modern construction standards. Interested small businesses must conduct a site visit within five days of the RFP release and submit their proposals within ten business days, with the anticipated award date around mid-February. For further inquiries, contact Christopher Spina at christopher.spina@us.af.mil or 478-222-3281.
    Sources Sought - Bungalow
    Buyer not available
    The Department of the Air Force is conducting a Sources Sought Notice to identify suppliers capable of providing tiny homes or bungalows for Tyndall Air Force Base in Florida. The desired units will be approximately 750 square feet, featuring 1 or 2 bedrooms, a full bathroom, a living area, and an optional covered porch, with one side primarily composed of glass to offer coastal views. This procurement is part of a market research effort and does not constitute a solicitation; therefore, interested suppliers are encouraged to submit their contact information, brochures, and estimated production timelines by February 7, 2025, to Bernard Husted at bernard.husted.2@us.af.mil and Robert Maher at robert.maher.5@us.af.mil.
    Temporary Lodging Facilities (TLFs) and Magnolia Inn
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair, renovation, and refresh of Temporary Lodging Facilities (TLFs) and the Magnolia Inn at Columbus Air Force Base in Mississippi. The project involves comprehensive upgrades to ten TLF units, including structural improvements in plumbing, mechanical, electrical, and architectural elements, while adhering to federal regulations and Air Force standards. This initiative is crucial for modernizing military housing and ensuring consistent quality across facilities. Interested small businesses are encouraged to submit their responses by February 18, 2025, with an estimated contract value between $1,000,000 and $5,000,000. For further inquiries, contact Laura K. Morant at laura.morant.3@us.af.mil or call 662-434-7767.
    Request for Proposal: STARBASE Arkansas
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from nonprofit organizations to manage and oversee the STARBASE Arkansas STEM Initiative, which serves Title 1 local school districts near Little Rock AFB. The primary objective of this initiative is to enhance student engagement in STEM education and promote an understanding of DoD missions through hands-on instruction and innovative curriculum, including summer camps and community outreach activities. Proposals are due by February 14, 2025, with an award announcement expected on April 14, 2025; interested organizations should contact Mrs. Terri Williams at Terri.Williams.4@us.af.mil or 501-987-1941 for further details. The transition to the selected nonprofit must be fully implemented by June 2, 2025, ensuring continuity and quality of the program.
    Family Camp Recreational Vehicle Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Family Camp Recreational Vehicle Parking Expansion project at Shaw Air Force Base in South Carolina. The objective is to construct 14 additional RV parking spaces, including the installation of an asphalt drive, electrical systems, water and sewer connections, and other related infrastructure as outlined in the Statement of Work. This project is significant for enhancing recreational facilities for military personnel and their families, reflecting the Air Force's commitment to supporting service members. Interested small businesses must prepare for a site visit scheduled for February 7, 2025, and submit bids by April 7, 2025, with all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil.