Repair B777 Fitness Center Exterior Panel Joints
ID: FA663325Q0002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6633 934 AW PKMINNEAPOLIS, MN, 55450-2100, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 soliciting bids for the repair of exterior panel joints at the B777 Fitness Center located at the Minneapolis Air Reserve Station. The project requires contractors to provide labor, materials, and equipment to address defective sealants that allow water intrusion, ensuring compliance with stringent construction specifications and minimal disruption to station operations. This initiative is crucial for maintaining the facility's infrastructure and safety standards, with a contract value estimated between $25,000 and $100,000. Interested small businesses must submit sealed bids by April 2, 2025, and can contact Karen Gillen at karen.gillen@us.af.mil or Chin Dahlquist at chin.dahlquist.1@us.af.mil for further information.

    Files
    Title
    Posted
    The project at the Minneapolis Air Reserve Station involves repairing the exterior wall joints of the Fitness Center (B777). The contractor is tasked with providing necessary supervision, labor, materials, and equipment to address faulty sealants that allow water intrusion, potentially causing damage to the facility. The scope includes removing existing sealants from tilt-up panels, face bricks, and exterior doors, then replacing them with non-shrink neoprene sealant. Key requirements emphasize minimizing disruptions to base activities, adhering to stringent codes, and maintaining detailed progress documentation. The contractor must manage all associated permits, including environmental and hazardous materials notifications, ensuring compliance with relevant regulations. The planned work is expected to be completed within 120 calendar days of receiving the notice to proceed. Throughout, safety measures and waste management protocols are crucial for project execution. Regular inspections and communication with the Contracting Officer are mandated to maintain high-quality standards and compliance. The successful completion of this project underlines the government’s commitment to providing functional and safe facilities for its personnel.
    The document pertains to the Quality Control aspects of a construction project, specifically focusing on the verification of joints in Tilt-up panels and brickwork. Identified by the project code QJKL250004, it outlines the necessity to inspect and verify the integrity of joints as part of the renovation of a fitness center's exterior. The repetitive mention of field verification underscores the critical nature of joint integrity to ensure structural safety and performance. This process is essential for meeting building standards and is likely part of a broader scope of work associated with governmental construction guidelines. The emphasis on systematic checks aligns with best practices in construction management, prioritizing safety and compliance.
    The document outlines the Statement of Work (SOW) for the Repair Fitness Center Exterior Wall Joints project at the Minneapolis Air Reserve Station. It specifies that the contractor must provide the necessary labor, materials, and equipment to repair the exterior wall joints of building B777, addressing issues with defective sealants that allow water intrusion. The scope includes removing existing sealants and replacing them with non-shrink neoprene sealant, adhering to stringent construction specifications, and ensuring minimal disruption to station operations. The contractor is expected to follow regulatory codes, provide necessary permits, and ensure environmental protection, reporting any hazardous waste management. The project timelines allow for a maximum of 120 calendar days for completion post-notice to proceed. The contractor must present a construction schedule, maintain communication with the contracting officer, and comply with safety and quality control standards throughout the execution of the project. The document emphasizes thorough documentation, inspection processes, and project closeout requirements, showcasing the government's commitment to maintaining facility infrastructure while ensuring compliance with regulations and safety standards.
    The document outlines the requirements for repairing the vertical joints of the Joint Forces Fitness Center (B777) at the Minneapolis-Saint Paul IAP Air Reserve Station. It emphasizes that the work will occur while the facility is occupied and details coordination with the Contracting Officer regarding site access and material storage. The contractor must develop a Baseline Construction Schedule for government approval before any construction begins, which is crucial for managing progress and invoicing. Additional procedural guidelines for submittals, including product data, quality control, and safety protocols, are specified, emphasizing the need for compliance with referenced standards. Key requirements include performing field adhesion tests on sealants, ensuring material compatibility with substrates, and adhering to approved mock-ups and specifications. The document also stresses the documentation and approval processes for submittals, including the necessity for maintaining a submittal register to track all project submissions and approvals. These guidelines ensure that work is executed safely, within a timeline, and meets quality assurance standards, ultimately reflecting the government's commitment to properly maintaining its facilities while adhering to established regulations.
    This document outlines the scope and requirements for the repair of exterior wall joints at the Joint Forces Fitness Center (Building B777) located at the Minneapolis-Saint Paul International Airport Air Reserve Station. The contractor must work around an occupied facility, ensuring minimal disruption and proper organization of work, including safety measures and notifications. A baseline construction schedule must be submitted within 30 days post-award, detailing all project phases, setbacks, and updates. Furthermore, comprehensive submittal procedures require government approval for specific documents including the construction schedule and product data related to sealants and joint materials. The specifications include pertinent standards for sealants, surface preparation, adhesion testing, and environmental considerations for material handling. The contractor is responsible for ensuring compatibility of materials with substrates and must manage quality control along with consistent communication regarding project timelines and updates. Tightly regulated procedures encompass material delivery, storage, and testing, emphasizing the importance of compliance with safety and quality standards throughout the repair process. This project reflects federal initiatives for infrastructure upkeep and safety within governmental facilities.
    The document pertains to a request for verification of joints in a construction project for the repair of the exterior joints of a fitness center, identified as QJKL250004. The primary tasks outlined involve field verification of joints on tilt-up panels and bricks, highlighting the necessity to ensure structural integrity and adherence to building standards. The repeated emphasis on verifying these joints underlines the importance of maintaining quality control within the construction process. It indicates a systematic approach to assessing and possibly enhancing the existing conditions of the facility. Overall, this RFP focuses on ensuring that the fitness center's exterior is structurally sound through thorough inspection and verification procedures.
    The document outlines a Schedule of Material Submittals for the project titled "SUSTAIN PANEL JOINTS, B777." It details the requirements for various submissions, such as shop drawings, samples, color selections, and operational data necessary for project compliance. Each submission type requires specific details including submission dates, approval statuses, and required copies. The document also incorporates sections for tracking contractor notifications and compliance certifications, including certificates of warranty and manufacturer's recommendations. This structured approach is essential for ensuring that the contractor meets all specifications outlined in the contract associated with this federal RFP. The purpose of the Schedule is to facilitate organized communication between contractors and the engineering team to ensure that all materials align with the project's requirements and timelines.
    The document is a wage determination report (General Decision Number: MN20250239) for heavy and highway construction projects in Minnesota. It outlines the required wage rates for various labor classifications applicable as of January 2025, as mandated under the Davis-Bacon Act and related Executive Orders, particularly Executive Orders 14026 and 13658. The report specifies the minimum wage rates based on contract dates and amendments, emphasizing the requirement for contractors to pay at least $17.75 or $13.30 per hour, depending on the contract's execution timeline. Included are detailed wage and fringe benefit rates for numerous job titles, such as electricians, plumbers, carpenters, and equipment operators, ensuring compliance with prevailing wage standards. The document advises that any unlisted job classifications necessary for the contract execution must undergo a conformance request process. Additionally, it references the appeals process for disputes regarding wage determinations, directing contacts to appropriate Labor Department branches. This report serves as a crucial resource for contractors and local governments ensuring fair pay practices in public construction projects, reinforcing federal labor standards within state and local RFPs and contracts.
    This document outlines a federal solicitation for the repair of exterior wall joints at the B777 Fitness Center located in Minneapolis, MN. The contractor must provide all necessary services, permits, labor, materials, and equipment to meet the project's statement of work. This request is designated as a 100% small business set-aside under the North American Industry Classification System (NAICS) code 236220, with a budget between $25,000 and $100,000. Offerors must submit sealed bids by April 2, 2025, and ensure quotes remain valid for 120 days. Performance is to commence following a notice to proceed, and bonds are required. The solicitation explicitly notes that funds are not currently available for this endeavor and reserves the right for the government to cancel the solicitation if necessary. Moreover, contractors are required to register with the System for Award Management (SAM) to be eligible for contract awards. This document emphasizes compliance with various federal regulations and highlights the importance of timely and quality performance to meet government standards.
    Lifecycle
    Similar Opportunities
    Sustain Aircraft Apron and Military Hwy
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the maintenance and repair of the Aircraft Parking Apron and Military Highway at the Minneapolis Air Reserve Station. Contractors are required to provide all necessary professional services, labor, materials, and permits to perform concrete and joint repairs, with the project emphasizing a total small business set-aside under FAR 19.5. This initiative is crucial for maintaining military infrastructure and ensuring operational readiness, with an estimated acquisition cost ranging between $100,000 and $250,000. Interested bidders must register in the System for Award Management (SAM) and submit their quotes within 120 days, while adhering to various compliance and safety regulations throughout the project. For further inquiries, potential contractors can contact Karen Gillen at karen.gillen@us.af.mil or Chin Kuk Dahlquist at chinkuk.dahlquist.1@us.af.mil.
    Repair B840 Exterior Parapet Masonry
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the exterior parapet masonry at Building 840 of the Minneapolis Air Reserve Station. The project involves comprehensive masonry work, including the removal of an exterior ladder, shoring bricks, and the installation of a new metal drip edge and waterproof membrane, all aimed at addressing water damage issues and ensuring the facility's structural integrity. Contractors must adhere to applicable codes and standards, maintain safety protocols, and provide a detailed construction schedule, with the work expected to be completed within 120 calendar days upon notification to proceed. Interested parties can contact Karen Gillen at karen.gillen@us.af.mil or Chin Dahlquist at chin.dahlquist.1@us.af.mil for further information.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.
    B52 Bomb Bay Stands
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the procurement of five B-52 Bomb Bay Stands under contract FA812525Q0031. The primary objective is to provide these stands, which are critical for aircraft maintenance and repair, ensuring they meet stringent military specifications and quality standards. The selected contractor will be responsible for the construction, delivery, and installation of the stands at Tinker Air Force Base, with a delivery timeline of 180 days and compliance with environmental and safety regulations. Interested vendors, particularly economically disadvantaged women-owned small businesses, must submit their proposals by March 6, 2025, and can direct inquiries to Linsey Laird at Linsey.Laird@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    Bldg 975 - Air Compressor Installation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of an air compressor at Minot Air Force Base in North Dakota. The project involves the installation of an 80-gallon air compressor, along with necessary piping and electrical work, including 150 feet of 3/4" air pipe and various electrical connections. This installation is crucial for supporting operations related to the ProFormer Cabinet System, which is essential for bead blasting activities at the base. Interested small businesses must submit their proposals by March 19, 2025, at 10:00 AM CDT, and can direct inquiries to TSgt Jared Bland at jared.bland@us.af.mil or Bridget Moore at bridget.moore.5@us.af.mil. The contract will adhere to Federal Acquisition Regulations and is set aside for small businesses, emphasizing the Air Force's commitment to facility modernization and small business participation.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    137th SOW - Building 1040 Repair / Renovation Solicitation
    Buyer not available
    The Department of Defense, specifically the Oklahoma Air National Guard's 137th Special Operations Wing, is soliciting bids for the repair and renovation of Building 1040 at Will Rogers Air National Guard Base in Oklahoma City. The project encompasses extensive interior renovations, including the installation of fire protection systems, upgrades to mechanical and electrical systems, and improvements to various operational spaces, with a total estimated cost between $5 million and $10 million. This initiative is crucial for enhancing the operational capabilities and safety standards of military facilities, ensuring compliance with federal regulations and quality assurance protocols. Interested contractors must submit their bids by March 6, 2025, and can direct inquiries to Maj Ryan Moehle at ryan.moehle@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This project, designated under solicitation number FA441825R0002, involves significant construction activities, including the demolition and remodeling of existing structures, with an estimated contract value between $5 million and $10 million. The work is crucial for maintaining operational readiness and safety at the base, with a construction timeline set to commence on September 1, 2025, and conclude by September 3, 2026, followed by a 30-day closeout period. Interested contractors, particularly those classified as HUBZone businesses, must submit sealed proposals and adhere to federal wage standards as outlined in the accompanying wage determination documents. For further inquiries, potential bidders can contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil.
    Convert B452 Wash Rack into 4-bay T-7A Hangar
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the conversion of the B452 Wash Rack into a new 4-bay T-7A hangar at Columbus Air Force Base in Mississippi. This project, identified as Project Number EEPZ197007, requires the contractor to manage all aspects of construction, including labor, materials, and compliance with safety and environmental standards, with a performance period of 548 days. The estimated construction magnitude is between $5 million and $10 million, and interested small businesses must submit their responses by March 6, 2025, including relevant qualifications and experience. For further inquiries, interested parties can contact Daniel Stilts at daniel.stilts@us.af.mil or call 662-434-3740.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the F-35 Combined Weapons Facility (CWF) at the Jacksonville Air National Guard base in Florida. This project, set aside exclusively for small businesses, aims to enhance military capabilities by constructing a facility that includes a Weapons Loading Training Hangar and Weapons Release Systems Shop, with an estimated contract value between $10 million and $25 million. The procurement process emphasizes compliance with federal regulations and requires bidders to submit detailed proposals, including specific documentation and a bid guarantee, by March 20, 2025. Interested contractors should direct inquiries to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405, and must attend a mandatory pre-bid conference and site visit scheduled for February 26, 2025.