W912HN25BA007 (W912HN25B4002) Renovate Bldg. 59D Robins AFB, GA
ID: W912HN25BA007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST SAVANNAHSAVANNAH, GA, 31401-3604, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the renovation of Building 59D at Robins Air Force Base, Georgia, under Solicitation No. W912HN-25-B-4002. The project involves extensive renovations, including the replacement of concrete flooring, repair of various mechanical systems, and upgrades to fire protection systems, with a total construction magnitude estimated between $25 million and $100 million. This procurement is critical for enhancing the operational capabilities of the facility and ensuring compliance with safety regulations. Interested contractors must submit their proposals by August 12, 2025, at 11:00 AM EDT via the Procurement Integrated Enterprise Environment (PIEE) module, and can contact Gregory Graham or Alicia Scott for further information.

    Files
    Title
    Posted
    The document outlines a foundation demolition plan for the Renovation of Aircraft Corrosion Control Facility, Building 59, at Robins Air Force Base, Georgia. It specifically details the existing construction elements, including an 8-inch thick slab on grade, existing concrete footings, and steel columns, providing precise dimensions and locations. It emphasizes the need for demolition without damaging nearby structural components and requires the general contractor to verify existing conditions before proceeding. Notably, the presence of hazardous materials, including dust containing lead and other heavy metals, is acknowledged, highlighting the importance of safety measures during demolition. The contractor is accountable for managing the necessary temporary shoring and bracing and ensuring compliance with environmental safety regulations. This plan is crucial for achieving successful renovations while maintaining the integrity of the existing structures and adhering to federal safety guidelines.
    The document, titled "AUTHORIZED SECONDARY FORMS OF IDENTIFICATION," outlines an extensive list of acceptable identification documents for various purposes, likely pertaining to access control, security, or official processes within federal government contexts such as RFPs, grants, or state/local RFPs. The file categorizes these forms of identification, ranging from standard government-issued IDs like passports, birth certificates, and driver's licenses to more specialized documents such as Permanent Resident Cards, Merchant Mariner Cards, and various Department of Homeland Security-issued
    The document outlines the accepted forms of secondary identification for access to Department of Defense (DoD) installations. It specifies a variety of documents that can be used, including U.S. passports, birth certificates with raised seals, Certificates of Naturalization, and various identification cards from federal and state authorities. The list of acceptable documents is expansive and includes specific forms such as the Permanent Resident Card, Immigration Authorization Documents, and different types of traveler credentials, among others. Additional provisions are made for identity proofing of individuals under 18 and those relying on locally produced credentials, ensuring proper vetting for installation access. This guidance is rooted in the DoDM-5200.08 and AFMAN 31-101 regulation documents pertaining to installation perimeter access control. The comprehensive nature of the list serves to enhance security measures while providing clarity on identity verification processes necessary for entry to secure areas.
    The provided document is a "Request for Access Affidavit" from a company to the USACE, Robins Area Office. Its primary purpose is to request unescorted access to an installation for the personnel listed, aligning with federal government requirements. The document specifies that the attached roster of personnel needs to be vetted through the 78th Air Base Wing (AFMC)/78 SFS/S5P. It also provides the contract name and number associated with each employee and identifies Jane Doe as the point of contact. The affidavit includes a table with an example entry for an employee, detailing their name, sex, state ID, driver's license number, date of birth, and company, which are essential details for security vetting. This type of document is crucial in the context of federal government contracts and RFPs, as it ensures that personnel working on government installations meet security and access protocols.
    This memorandum requests the U.S. Army Corps of Engineers (USACE) Robins Area Office to vet a list of personnel through the 78th Air Base Wing in order to grant unescorted access to the military installation. Each employee listed is associated with a specific contract, identified by name and number. The point of contact for this request is Jane Doe, whose email address is provided for further communication. The document includes a table for personal information regarding Jane Doe, including her name, sex, state identification, driver's license number, birth date, and company affiliation. This request is part of compliance with security measures related to government contracting and installation access protocols.
    This document is an abstract of bids for Solicitation No. W912HN-25-B-4002/W912HN-25-B-A007, Project No: UHHZ1430000, for the renovation of Building 59D at Robins Air Force Base, GA, with a bid date of August 12, 2025. It outlines bids from three companies: Copper Construction Company Inc., Komada, LLC, and MVL USA Inc., and includes an Independent Government Estimate (IGE). The project is divided into two bid schedules based on completion timeframes (0-120 days and 121-270 days) and consists of three CLINs (Contract Line Item Numbers): Renovate Hangar 59D Complete, Construction of Bldg. 62 Modifications, and Construction of Site Work and Supporting Facilities. The document details unit prices, quantities, and grand totals for each CLIN under both bid schedules, along with overall base totals for each bidder and the IGE. Verification checks include whether bids were signed, bid bonds furnished, amendments acknowledged, and both bid schedules completed.
    The provided government file outlines key logistical details for a project or event, specifically identifying the Visitor Center as the access pass pickup location and the designated bus pickup point. It also specifies the meeting location as USACE. This information is crucial for participants, ensuring clear directions and efficient coordination for any federal, state, or local government initiative, such as an RFP, grant, or general project, that requires these logistical arrangements.
    The document outlines essential logistical details for visitors accessing a specified location, namely a Visitor Center where pass pickup occurs and a bus pickup service. It emphasizes the meeting location associated with the US Army Corps of Engineers (USACE), indicating that these arrangements are vital for effective visitor coordination. The focus is on ensuring that participants can navigate the site efficiently and receive the necessary access credentials. The document suggests a structured approach to visitor management in connection with USACE operations, reflecting adherence to organizational protocols.
    Lifecycle
    Similar Opportunities
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    Construction, Demolition, and Renovation BLDG 453 and Installation of Paint Booth
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction, demolition, and renovation of Building 453, along with the installation of a paint booth at Grissom Air Reserve Base in Indiana. This project is categorized as a Competitive 8(a) set-aside, aimed at enhancing facilities critical for maintenance operations, and will require compliance with specific security protocols as outlined in NIST SP 800-171A. The bid opening has been extended to December 5, 2025, with a minimum acceptance period of 299 days following the offer due date, and the estimated period of performance spans from January 5, 2025, to February 4, 2028. Interested contractors should direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil or call 765-688-2818, noting that funding is not currently available and the solicitation may be canceled if funds do not materialize.