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
    B614 Warehouse Secure Storage
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of secure storage solutions at Building 614, located in Syracuse, New York. The project entails the installation of various warehouse pallet racking systems, including secure areas such as a three-sided cage and an enclosed receiving bay, all designed to enhance storage capacity while ensuring compliance with security standards. This initiative is critical for optimizing space utilization and improving operational efficiency within military logistics. Interested small businesses must submit their quotes by 2:00 PM Eastern on September 25, 2024, and can direct inquiries to Richard M. Peirson or Briana McCaffery via the provided contact details.
    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.
    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.
    Medium Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of two Medium Shelter Systems to be delivered to Tyndall Air Force Base in Florida. These shelters, measuring 52 feet long by 29.5 feet wide and 15 feet high, are designed for military use and will replace older general-purpose options, offering enhanced protection, lower maintenance costs, and improved space efficiency. The shelters are constructed from durable materials, allowing for rapid assembly and compatibility with existing systems, making them essential for various operational environments. Interested vendors must submit their quotes by 1:00 PM CST on September 24, 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, with all submissions adhering to federal regulations and including necessary compliance documentation.
    H208-Sheet Metal
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking qualified small businesses to provide sheet metal materials for urgent repairs at Cannon Air Force Base in New Mexico. The procurement requires 16,000 square feet of 24-gauge white-painted steel sheet metal, specifically in flat pieces, to be delivered within 14 days of contract award. This opportunity is critical for restoring facilities damaged by a recent windstorm, emphasizing the Air Force's commitment to engaging small businesses in fulfilling its maintenance needs. Interested vendors must submit their quotations by September 20, 2024, at 5:00 PM MDT, and can direct inquiries to SrA Josh Lee at josh.lee.1@us.af.mil or Willy Sou at willy.sou@us.af.mil.
    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.
    820 RHS PEB Sunshade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the design, manufacture, and delivery of a pre-engineered building (PEB) kit for the Creech DFAC Outdoor Seating at Creech Air Force Base in Nevada. The project requires compliance with the 2021 International Building Code (IBC) and UFC 3-301-01 standards, with specific dimensions of 60 ft in width, 100 ft in length, and a 9 ft eave height, along with a standing seam metal roof in the color "Sandstone." This procurement is crucial for enhancing operational facilities at military installations, ensuring safety and regulatory compliance in a military environment. Interested small businesses must submit their quotes electronically by 24 September 2024, at 1000 PDT, to SSgt Chase Brandt at chase.brandt@us.af.mil, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Small Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Fighter Wing at Tyndall Air Force Base, is soliciting quotes for the procurement of Small Shelter Systems and associated components. The requirement includes 15 Small Shelter Systems, protective covers, universal liners, securing equipment, and transport crates, all designed for durability and ease of assembly in extreme weather conditions. These shelters are crucial for military operations, providing versatile solutions for billeting, work areas, and storage, thereby enhancing operational readiness. Interested vendors must submit their quotes by September 24, 2024, to A1C Fernando Yahir Zamora Amezcua at fernando.zamoraamezcua@us.af.mil and TSgt Justin Merritt at justin.merritt.1@us.af.mil, ensuring compliance with all specified requirements and regulations.
    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.
    MDG Building 383 Ambulance Bay Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of an Ambulance Bay Enclosure at Building 383, Laughlin Air Force Base in Texas. The project entails the contractor providing all necessary labor, materials, and supervision to enclose the ambulance bay, adhering to specified architectural plans and federal guidelines, with a total performance period of 75 calendar days divided into two phases. This construction is vital for enhancing emergency medical response capabilities at the base, ensuring compliance with safety and operational standards. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Joshua Centilli at joshua.centilli@us.af.mil or Rebecca Pelayo Ruelas at rebecca.pelayoruelas@us.af.mil.