Solicitation - W912HN25B4003 Repair/Renovate Southwest Annex B125 Robins Air Base, GA
ID: W912HN25B4003Type: 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)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the repair and renovation of the Southwest Annex B125 at Robins Air Base, Georgia. This project involves extensive renovations to the office area, including the removal and reconstruction of interior partitions, installation of new finishes, and upgrades to HVAC, plumbing, electrical systems, and fire safety measures, with a construction magnitude estimated between $5 million and $10 million. The renovation is crucial for preserving the historical integrity of Building 125, a World War II-era structure eligible for the National Register of Historic Places, while adapting it for modern operational needs. Interested contractors must submit their proposals by July 24, 2025, at 11:00 AM EDT via the Procurement Integrated Enterprise Environment (PIEE), and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document details the solicitation for bids on a construction project, specifically for the repair of the SW Annex B125 at Robins Air Force Base, Georgia. The bidding process includes responses from multiple contractors, listing their bids for two main categories: Primary Facility and Sitework. The bids vary significantly in price, with the total for Primary Facility ranging from approximately $6.3 million to $14.7 million, and Sitework bids ranging from about $14,000 to $611,000. Each bidder's compliance with requirements such as bid signing, acknowledgment of amendments, and furnishing bid bonds is noted but remains incomplete for several bidders. The Independent Government Estimate (IGE) serves as a benchmark for evaluating bids, suggesting cost expectations for the project. The document culminates in bid opening certification by the official, Gregory M. Graham, ensuring transparency in the procurement process. This analysis illustrates the federal government's structured approach to contractor selection for public works projects, emphasizing accountability, compliance with regulations, and competitive pricing to ensure taxpayer money is effectively utilized.
    The document outlines the authorized secondary forms of identification acceptable for access to Department of Defense (DoD) installations, as referenced in the DoDM-5200.08 and AFMAN 31-101 guidelines. It enumerates multiple valid identification types, including U.S. passports, birth certificates with raised seals, Certificates of Naturalization, Permanent Resident Cards, driver’s licenses, various immigration documents, and identity cards issued by federal and tribal authorities. Additionally, it specifies alternate proofs of identity for individuals under 18 and highlights that locally produced credentials are permissible when validated for specific access. Furthermore, all individuals must undergo identity proofing and vetting processes as dictated by security protocols. The structured list categorizes identification forms systematically, focusing on authenticity, governmental issuance, and accepted formats, reflecting rigorous security measures necessary for safeguarding military installations. This identification framework is crucial in supporting the operational integrity of access control systems within the federal government context, particularly concerning RFPs and grants that involve federal security requirements.
    The memorandum submitted by Jane Doe to the US Army Corps of Engineers (USACE) Robins Area Office requests the vetting of personnel listed in the attached roster by the 78th Air Base Wing’s Security Forces. This vetting is necessary to grant these individuals unescorted access to the military installation. Each employee mentioned in the request is associated with a specific contract, indicated by the contract name and number. Jane Doe serves as the point of contact for this request, providing her email for further communication. The document underscores the importance of security protocols in military environments and the need for compliance with specific access requirements for contractors and personnel.
    The Historic Structure Report for Building 125 at Robins Air Force Base, prepared by New South Associates and Lord Aeck Sargent, emphasizes the significance of this World War II aircraft maintenance hangar, constructed in 1942. It is eligible for the National Register of Historic Places due to its association with military logistics and Art Deco architectural style. The report documents the building's historical context, physical description, architectural features, and current condition, as well as offering treatment recommendations to preserve its historic character while allowing for necessary modifications. The report is structured in eight chapters. It starts with an introduction and historical overview, detailing Robins AFB's evolution and the building's construction. Following are sections on the existing setting, detailed architectural descriptions, character-defining features, condition assessments, and accessibility evaluations. Recommendations prioritize preservation, including roof maintenance and enhancements to climbing access. The report aims to balance historical integrity with operational adaptiveness, addressing the evolving needs of the Air Force while preserving Building 125’s legacy as a vital piece of American military history.
    The document outlines logistical details for a site visit related to access pass pickup at a Visitor Center. It specifies that the designated meeting location for individuals with base and flightline access is the southwest corner of Building 125, associated with the U.S. Army Corps of Engineers (USACE). The information emphasizes the importance of adhering to access protocols for the site visit. This notice is likely relevant for participants involved in federal RFPs or grants who must navigate security measures during the visit and ensure proper identification and clearance are secured for access.
    Similar Opportunities
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    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.
    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.
    B6413 BUILDING RENOVATION SECURE SPACE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of secure space at Barksdale Air Force Base in Louisiana. This project, identified as 'B6413 BUILDING RENOVATION SECURE SPACE', falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified as a repair or alteration of airfield structures. The contract is set aside for 8(a) sole source, indicating a focus on small businesses within the 8(a) program, and interested parties can find more details by logging into the PIEE portal and searching for solicitation number W9126G26RA026. For inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    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.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    Robins Air Force Base Tank Inspection
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for a contract to perform inspections on fuel tanks at Robins Air Force Base in Georgia. The scope of work includes the removal and disposal of remaining fuel, tank cleaning, and conducting inspections on both Aboveground Storage Tanks (AST) and Underground Storage Tanks (UST), with a focus on compliance with industry standards and federal regulations. This contract is critical for ensuring the integrity and safety of fuel storage facilities, which play a vital role in military operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 17, 2023, at 2:00 PM CST, to the primary contact, Jaylem Durousseau, via email at jaylem.l.durousseau@usace.army.mil.