Joint Base Langley - Eustis (JBLE) - Langley AFB, VA, Repair Building Envelope, Facility 703
ID: FA480025B0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Defense is soliciting bids for the repair of the building envelope at Facility 703, located at Joint Base Langley-Eustis in Virginia. The project involves extensive exterior renovations, including selective roof repairs, replacement of gutters and downspouts, masonry enhancements, window replacements, and improvements to stormwater drainage and fire service waterlines. This initiative is crucial for maintaining the structural integrity and operational safety of military facilities while ensuring compliance with federal and environmental regulations. Interested contractors should note that the estimated project budget is between $1 million and $5 million, with a pre-bid site visit scheduled for August 11, 2025, and questions due by August 15, 2025. For further inquiries, contact Adrian Galvis at adrian.galvis@us.af.mil or Callie J Compton at callie.compton@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work details the project (MUHJ 25-4026) for repairing the building envelope of Facility 703 at Joint Base Langley-Eustis, Virginia. The project focuses on exterior improvements, including roof repairs, replacement of gutters and downspouts, masonry work, basement-level window replacements, and site enhancements like subgrade waterproofing and storm drainage. Construction must occur while the building remains occupied, ensuring continuity of services. Under the program management section, the contractor must assign qualified personnel for project oversight and maintain effective communication with various stakeholders. A Quality Control Plan is mandatory to manage work standards and compliance. Additionally, contractors must comply with several building codes and regulations, with a strict adherence to safety and quality guidelines. The contract emphasizes timely completion, coordination, and the submission of required documentation, including the completion report (DD1354). Overall, this document outlines the structured approach needed for crucial repairs and upgrades to support operational integrity at the facility while ensuring regulatory compliance and effective management throughout the project.
    The document outlines the detailed design package for the renovation project at Facility 703, Joint Base Langley-Eustis, focusing on exterior improvements to the building envelope. The scope of work includes exterior masonry repairs, window replacements, and extensive site work, such as selective demolition of landscaping, installation of waterproofing, storm drainage systems, and new sanitary sewer lines. The project emphasizes improving building functionality and aesthetics while complying with federal and military standards. The comprehensive plan contains detailed engineering and architectural drawings that highlight existing conditions, demolition plans, and construction notes. It mandates careful coordination among various engineering disciplines, including structural, environmental, and fire safety. Critical considerations encompass debris management, preserving existing structures, and ensuring continuous safety during the renovation process. The overall goal is to enhance the facility's longevity and performance while addressing any environmental concerns linked to past construction practices. This project reflects the federal government's commitment to maintaining and upgrading military facilities to meet contemporary standards.
    The project outlined in this document involves the repair of the building envelope at Facility 703, Langley Air Force Base, Virginia. The primary objective is to perform selective demolition, renovation, and system installations to enhance the facility's infrastructure, including new plumbing, electrical, and fire suppression systems, as well as exterior improvements like repointing brick and window replacements. The document details regulatory requirements, environmental conditions, and safety protocols required for the project. Key aspects include compliance with Federal and State building codes, necessity for permits related to hazardous materials, and adherence to Air Force regulations. Contractors are tasked with minimizing disruption during operations, coordinating scheduling with the Contracting Officer, and maintaining a tidy worksite. Additional sections address requirements for material submission, site protection, noise control, and excavation procedures, which are vital to ensure project completion while adhering to historic preservation standards. The document serves as a comprehensive guide for contractors bidding on the project, reinforcing adherence to safety, environmental, and quality control protocols while facilitating communication with government entities. Overall, it underscores the objective of enhancing facility functionality in a manner consistent with operational and safety standards.
    The project outlined in the document focuses on the repair of the building envelope at Facility 703 located in Langley Air Force Base, VA. It includes the renovation of an administrative office building, addressing issues such as roof repairs, masonry work, and window replacements to enhance structural integrity and compliance with accessibility standards. The project also encompasses the installation of a new fire service waterline and improvements to stormwater drainage to mitigate groundwater seepage affecting the basement. Key aspects involve removing hazardous materials, including asbestos and lead-based paints, in accordance with environmental regulations. The renovation aims to ensure that the building meets antiterrorism and force protection criteria, particularly by maintaining an unobstructed space around the facility. The detailed construction schedule, site work assessment, and utility modifications essential for the project are also outlined, indicating a comprehensive approach to restoring and modernizing the facility. This undertaking demonstrates the government's commitment to maintaining functional and safe military facilities while addressing environmental concerns and adhering to strict safety and operational guidelines.
    The document outlines various federal and state government initiatives involving requests for proposals (RFPs) and grants, particularly focusing on improving infrastructure and public services. The main objective is to solicit bids from qualified contractors and organizations for projects that address community needs, enhance service delivery, and ensure compliance with regulatory standards. Specific emphasis is placed on safety measures, environmental considerations, and adherence to local ordinances during project implementation. It encourages collaboration among stakeholders, including government agencies, contractors, and community organizations, to achieve successful project outcomes while managing potential risks effectively. The requirement for detailed project proposals showcases the government's commitment to transparency and accountability, fostering competition among bidders. The document's structure highlights a systematic approach to funding and executing government projects, thereby promoting community development and infrastructure enhancement through strategic partnerships.
    The document outlines the construction cost estimate for the project titled "Repair Building Envelope, Facility 703 JBLE - Langley AFB, VA" under solicitation number FA480025B0005. It follows the Construction Specifications Institute (CSI) 50 Divisions format, requiring contractors to complete cost estimations based on prefilled division sheets. Missing items can be added by contractors, with instructions to leave blanks rather than deleting the prefilled elements. Contractors must fill out specific areas marked “Fill Here” in the summary tab, while overhead and profit percentages for prime and subcontractors are automatically calculated throughout the spreadsheet. The document provides a breakdown across various divisions (e.g., General Requirements, Concrete Work, Masonry, and more), allowing for detailed tracking of quantities, labor, and material costs. Each division requires input for labor, material costs, and additional expenses such as taxes and bonding. This systematic approach ensures a comprehensive assessment of financial requirements for the project, ultimately supporting government RFP processes by aiding in budget preparation and compliance with federal and local guidelines. Hence, it demonstrates due diligence in estimating project costs effectively, outlining clear expectations for contractors involved in federal construction projects.
    The document outlines the Statement of Work (SOW) for repairing the building envelope of Facility 703 at Joint Base Langley-Eustis in Virginia. The project aims to enhance exterior features, including roof repairs, new downspouts, masonry work, and basement waterproofing, while maintaining uninterrupted occupancy. Key tasks include selective demolition, installation of new drainage systems, and construction of ancillary structures. The contractor must manage work with qualified personnel, comply with a quality control plan, and adhere to specified construction codes and regulations. Critical components of the contract include requirement submissions, such as a DD1354 closeout document and timely notifications about subcontract awards. Communication with government contacts and adherence to scheduled work hours is essential for project oversight. This initiative emphasizes sustainability and quality in facility maintenance within the federal contracting framework.
    The Federal Government seeks offers for a construction project titled "Repair Building Envelope, Facility 703" at Joint Base Langley-Eustis, Virginia, with an estimated budget between $1 million and $5 million. The project entails extensive exterior renovations, including roof repairs, gutter replacements, masonry enhancements, window replacements, landscape demolition, waterproofing, storm drainage, and installation of new egress points. The contractor is required to complete the work within 319 calendar days of the notice to proceed. A pre-bid site visit is scheduled for August 11, 2025, with questions due by August 15, 2025. The solicitation mandates adherence to federal contracting regulations, including performance and payment bonds, along with a firm-fixed-price arrangement. The RFP emphasizes a small business set-aside for eligible contractors, fostering equity in federal procurement. Compliance with multiple federal clauses and regulations is essential throughout the project, underscoring the government's focus on quality and accountability in construction activities. This solicitation aligns with the government’s broader objectives of maintaining facility integrity and operational safety while providing opportunities for small businesses.
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical repairs including roof restoration, structural enhancements, electrical upgrades, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. The completion of this project is crucial for maintaining operational capabilities, with a contract duration of 630 calendar days. Proposals are due by December 22, 2025, and interested parties must acknowledge receipt of the solicitation amendments to ensure their offers are considered. For further inquiries, contact Kristy Gerrek at (757) 341-0089 or via email at kristy.l.gerrek.civ@us.navy.mil.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    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.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.
    NAO HQ Emergency Operations Center Repairs and Upgrades
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to solicit bids for the repair and upgrade of the NAO HQ Emergency Operations Center located in Norfolk, Virginia. The project aims to establish a fully functional Emergency Operations Center (EOC) that will support the District Commander in responding to various emergencies, requiring comprehensive interior renovations, installation of backup power systems, and procurement of necessary furniture and equipment. This procurement is a total small business set-aside, with an estimated construction value between $1 million and $5 million, and the solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website around January 2026. Interested contractors should monitor the PIEE website for updates and are encouraged to contact Amy Coody or Tiffany Kirtsey for further inquiries.
    Justification and Approval to Sole Source of Construction of the Paint Shop integrated into Battalion Complex Phase II and III project
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to sole source the construction of a paint shop integrated into the Battalion Complex Phase II and III project at Joint Base Langley Eustis (JBLE), Virginia. This construction effort involves the establishment of a paint shop that will be incorporated into the facilities at the east end of the Hangar currently under construction as part of Contract No. W91236-20-C-2025. The project is critical for enhancing operational capabilities at the base, ensuring that the necessary facilities for maintenance and operations are available. Interested parties can reach out to primary contact Dariya M. Walker at dariya.m.walker@usace.army.mil or by phone at 757-201-7748, or secondary contact Katya Oxley at ekaterina.oxley@usace.army.mil or 757-201-7026 for further details.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.