Garage Structure
ID: Fa875124Q0086Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8751 AFRL RIKOROME, NY, 13441-4514, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide a new garage structure at the Stockbridge Test Site in Oneida, New York, as outlined in solicitation FA875124Q0086. The project involves the complete demolition of an existing carport and the construction of a prefabricated metal garage intended for cold storage of mission-related research equipment, adhering to specified dimensions and energy efficiency standards. This procurement is critical for maintaining operational readiness and ensuring the secure storage of essential equipment, with a total small business set-aside under NAICS code 332311. Interested parties must submit their quotes by 3:00 PM Eastern Time on September 10, 2024, and can direct inquiries to Leena Budhu at leenawattie.budhu.1@us.af.mil or Larry Barto at Larry.Barto.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the replacement of the S1428 carport structure at the AFRL Stockbridge Test Site with a new garage intended for cold storage of mission-related research equipment. The contractor is responsible for demolition and installation, which includes specifications for the building's size, structure, doors, windows, and compliance with safety and building codes. Key specifications include dimensions of 30’ x 40’, 12-foot sidewalls, overhead garage doors, and windows with specific energy efficiency requirements. Installation and site management stipulations highlight the need for factory-trained personnel, orderly site conditions, and compliance with environmental regulations regarding hazardous materials. The contractor must adhere to rigorous safety protocols, obtain necessary permits, and manage potential contamination (e.g., petroleum, lead-based paint) responsibly. Additionally, requirements for site cleanliness and proper waste disposal are emphasized to prevent environmental damage. Overall, the RFP reflects the government's commitment to defining strict operational standards, safety measures, and environmental compliance for the successful completion of the project while ensuring that contractors fulfill all requirements both during and after construction.
    The document outlines a project related to the construction of a garage at the Stockbridge Test Site, managed by the U.S. Air Force Research Laboratory’s Information Directorate. Specifically, it details the demolition of the existing carport and the subsequent development of a new garage structure, referenced as DEMO S1428/CONSTRUCT GARAGE, STOCKBRIDGE. The file includes location maps and plans, indicating the sensitive but unclassified nature of the material. There are several design sketches and project management information, highlighting the contributors involved in the project's execution. Crews must adhere to strict protocols regarding the handling and distribution of this government document, ensuring unauthorized access is prohibited. Overall, the file underscores the logistical and administrative framework necessary for advancing infrastructure projects within federal operational sites.
    The document outlines the Offeror Representations and Certifications required for commercial products and services in federal solicitations. It emphasizes the necessity for offerors to complete annual representations in the System for Award Management (SAM) and ensures that these are current and applicable to the specific solicitation. The provisions include compliance with the National Defense Authorization Act, particularly regarding covered telecommunications and defense telecommunications equipment, prohibiting procurement of certain equipment and services deemed risky. Offerors must represent their use of such equipment and provide detailed information if applicable. Further, it addresses the Buy American Act, requiring certifications about the origin of products offered. The overall purpose of the document is to establish compliance requirements for offerors in federal contracts, ensuring that offerings meet relevant laws and standards for telecommunications equipment and domestic products.
    The file discusses the specifics regarding the construction of a new garage structure, as outlined in the RFP FA875124Q0086. Key points include the contractor's responsibility to dispose of the existing building, which must be completely removed rather than left on site. The new structure will utilize a similar prefabricated metal framework with specified materials, including a tan exterior, clay wainscoting, and a black roof. A U-value of 1.25 for windows is permissible since the building will serve as cold storage and will remain uninsulated for the time being. This document serves to clarify technical specifications and responsibilities, ensuring that all involved parties understand the requirements and expectations for the construction project within the context of federal contracting processes. Overall, it emphasizes adherence to specifications and environmental responsibility in developing government facilities.
    Lifecycle
    Title
    Type
    Garage Structure
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    Warehouse Storage System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement and installation of a warehouse storage system at Fairchild Air Force Base, Washington. The project involves the installation of a pallet rack storage system, including heavy-duty racking, a carton flow system, and a PPE issue counter, all of which must comply with specific structural and seismic safety standards. This initiative is crucial for enhancing operational readiness and storage capabilities at the base, with a total annual revenue limit of $30 million under the NAICS code 493110. Interested vendors must submit their quotes electronically by 2:00 PM Pacific Time on September 17, 2024, following a site visit scheduled for September 10, 2024. For further inquiries, contact Matthew R. Richard at matthew.richard@us.af.mil or 509-247-7223.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    Bldg. 202 Carpets and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to replace carpets in Building 202 at Stewart Air National Guard Base in Newburgh, New York. The project involves the demolition of existing carpets, installation of new carpets and rubber base coves, and adherence to safety regulations, with a requirement for the contractor to commence work within five business days of contract award and complete it within 45 days. This procurement is a total small business set-aside, with the NAICS code 238330 for Flooring Contractors, and the contract will be awarded based on the lowest priced quote that meets the technical requirements outlined in the Statement of Work. Quotes are due by 11:00 AM EST on September 18, 2024, and interested contractors must contact Joseph Kugler at joseph.kugler.1@us.af.mil or Kevin Fenner at kevin.fenner.1@us.af.mil for further inquiries.
    Structure materials for K-Span building at Kennedy Space Center.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of structural materials for a K-Span building at NASA's Kennedy Space Center. The solicitation, identified by number FA252124QB183, requires vendors to provide a variety of construction supplies, including insulated panels, rebar, and waterproofing sealers, with precise specifications and quantities outlined in the associated documents. This procurement is crucial for supporting NASA's construction projects while adhering to federal acquisition regulations and ensuring compliance with national security standards. Interested vendors must submit their quotes electronically in PDF or Word format by September 19, 2024, at 8:00 A.M. EST, and can direct inquiries to Cynthia Whittaker or Abigail Muenchow via their provided email addresses.
    Moton Field Secure Space
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement, transportation, and installation of a modular building at Moton Field in Jordan. The project entails constructing a 40ft by 45ft facility that will include ten workstations, a Special Access Program compartmented area, and a briefing area capable of handling TS-SCI level classified material, all while adhering to stringent DoD and CENTCOM antiterrorism and force protection requirements. This procurement is critical for enhancing operational capabilities in a secure environment, ensuring compliance with federal regulations regarding Controlled Unclassified Information (CUI). Interested vendors must be U.S. citizens, sign a CUI Non-Disclosure Agreement, and submit proposals by September 9, 2024, with questions due by August 26, 2024. For further inquiries, contact Nelson Sosa at nelson.sosa@us.af.mil or SSgt Joseph Sablan at joseph.sablan.3@us.af.mil.
    Repair Fire Department Building
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the Fire Department Building 644 at the Hancock Field Air National Guard Base in Syracuse, New York. The project, designated as Project HAAW232002, involves significant renovations including the repair of the vehicle bay floor, restroom facilities, and other structural elements, while ensuring compliance with environmental standards related to PFAS. This opportunity is a total small business set-aside under NAICS Code 236220, with an estimated project cost ranging from $250,000 to $500,000, and bids must be valid for at least 90 days. Interested contractors are encouraged to attend a pre-bid conference on August 14, 2024, and should direct inquiries to Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil, with contract funding anticipated to be available by September 30, 2024.
    3MUNS ISU Workshop
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a customized expandable ISU style workshop, with delivery to Joint Base Elmendorf-Richardson (JBER), Alaska. The procurement involves two units designed for rapid deployment and all-weather functionality, featuring specifications such as expandable side walls, secure cargo tie-down points, and integrated electrical systems, all tailored for use with sensitive equipment in austere environments. This initiative is crucial for enhancing military operational capabilities while ensuring compliance with stringent safety and operational standards. Interested vendors must submit their quotes by 2:00 PM AST on September 18, 2024, and can direct inquiries to Joseph Ford at joseph.ford.21@us.af.mil or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil.
    DSN/CSN Demo Dorm 631
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors for a design-build project involving the demolition of Dormitory 631 at Malmstrom Air Force Base in Montana. The project encompasses the complete demolition of the building, including its foundations, utilities, grading, and landscaping, with an estimated contract value ranging from $1 million to $5 million. This initiative is part of the Air Force's strategy to engage small businesses, particularly those qualifying as 8(a), HUBZone, Woman Owned Small Business, and Service-Disabled Veteran Owned Business, to ensure compliance with federal contracting regulations. Interested parties must submit their responses by 2:00 pm Mountain Time on September 26, 2024, to the primary contact, Cody Babinecz, at cody.babinecz@us.af.mil.
    Modular Rest Area Purchase/Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a modular rest area at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project aims to construct a 384 sq-ft modular rest area equipped with HVAC, lighting, and electrical systems to address safety concerns related to the current hazardous conditions due to the lack of proper facilities. This procurement is significant as it supports the health and safety of personnel while adhering to federal regulations, with a completion timeline of 90-120 days post-award. Interested contractors, particularly those classified as small businesses under the SBA guidelines, must submit their proposals by September 19, 2024, and can direct inquiries to Alexander Gibson or Christina Vargas via their provided emails.