Hill AFB, Utah - Burger King Image Update
ID: GNFR-FC-HIL-25-23622Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEARMY AIR FORCE EXCHANGE SERVICE (AAFES)PZ - K OFC OF DIR-PROCU 1018572DALLAS, TX, 75236-1598, USA

NAICS

Construction (23)

PSC

CONSTRUCTION OF DINING FACILITIES (Y1FD)
Timeline
    Description

    The Army and Air Force Exchange Service (AAFES) is soliciting proposals for the renovation of an existing Burger King facility at Hill Air Force Base, Utah, under the project titled "Burger King Image Update." The project aims to update both the interior and exterior of the restaurant, including modifications to mechanical and electrical systems to meet Burger King's food equipment requirements and adherence to brand standards. This renovation is crucial for enhancing service quality at military installations and ensuring compliance with federal, state, and local regulations. Interested contractors should note that the estimated project cost ranges from $500,000 to $1,000,000, with a completion timeline of 120 days from the notice to proceed, and proposals are due by May 12, 2025. For further inquiries, contact Grace Perez-Martinez at martinezg@aafes.com or call 214-212-3271.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army and Air Force Exchange Service has issued a contract for the image update of a Burger King facility at Hill AFB, Utah, marked by contract number GNFR-FC-HIL-25-23622. The contract is designed to commence upon notice to proceed, with a completion timeline of 120 days. It is governed by specific terms and conditions, emphasizing compliance with federal, state, and local regulations without obligation of U.S. appropriated funds. The contractor, referred to as AAFES SOURCING EVENT, is required to ensure quality workmanship and adhere to safety standards while executing the construction. Key provisions include the necessity for contractor personnel to operate independently from the Exchange, maintaining insurance requirements, and proper management of any unforeseen site conditions. The document outlines strict protocols for communication, change orders, and evaluations, ensuring a structured framework for project execution. Additionally, it includes stipulations on labor standards and environmental compliance, crucial for contractors participating in government projects. This contract reflects the commitment to enhancing facilities on military installations while ensuring accountability and quality standards post-renovation.
    The document outlines the renovation project for a Burger King at Hill Air Force Base, Utah, as part of the Army Air Force Exchange Service (AAFES) initiatives. It includes a series of design plans and construction-related directives, illustrating a comprehensive site and interior upgrade. Key aspects of the project involve compliance with building codes, demolition, and construction of new architectural elements as per Burger King standards. Specific tasks include improving accessibility, updating signage, enhancing landscaping, and ensuring compliance with environmental regulations. The general contractor is responsible for all phases, from surveying the site to maintaining safety protocols and coordinating with various trades. The project emphasizes meticulous adherence to specifications and a thorough approach to renovation to ensure both aesthetic upgrades and functional efficiency in accordance with military and operational guidelines.
    The Army and Air Force Exchange Service (AAFES) has issued Solicitation Number GNFR-FC-HIL-25-23622 for a Burger King Image Update project located at Hill Air Force Base, Utah. The estimated project cost ranges between $500,000 and $1,000,000, with a completion timeline set at 120 calendar days. Proposals must be submitted by 12 May 2025, with required documentation including a completed proposal response form, financial capability data sheet, and proposal bond. The project entails renovating an existing Burger King to align with its brand standards by upgrading mechanical and electrical systems, as well as interior and exterior finishes. Compliance with various laws, such as the John S. McCain NDAA 2019 regarding procurements from the Xinjiang Uyghur Autonomous Region, is mandated. Interested offerors are encouraged to review the full solicitation package closely, submit queries before the deadline of 28 April 2025, and ensure that proposals include all necessary elements. The evaluation will focus on the responsiveness, competitiveness, and overall responsibility of the offerors. AAFES reserves the right to reject any proposals or negotiate terms further, emphasizing that successful offerors must submit performance and payment bonds post-contract award. This solicitation reflects the AAFES commitment to enhancing service quality at military installations through carefully managed renovation projects.
    The document outlines the project manual for the Image Upgrade of a Burger King located at Hill AFB, Utah, under the Army and Air Force Exchange Service (EXCHANGE). The project encompasses a complete renovation to conform to the latest Burger King design standards, emphasizing various aspects such as site enhancements, structural modifications, and ADA compliance. Key tasks involve upgrading building exteriors with new materials, constructing drive-through towers, enhancing exterior lighting with LED fixtures, and replacing interior finishes, fixtures, and furniture. Additionally, it mandates safety protocols, including cooperation with base security and environmental regulations, alongside stringent guidelines on hazardous materials. The contractor is responsible for all coordination, including obtaining necessary permits and ensuring minimal disruption during construction activities. Overall, the project reflects a substantial commitment to modernizing the facility while adhering to safety and compliance standards within a military context.
    This document outlines the specifications and requirements for the acoustical panel ceilings for the Burger King upgrade project at Hill AFB, Utah. It covers a variety of essential elements, including general outlines for acoustical panel products, quality assurance measures, and necessary submittals. It emphasizes the need for compliance with specific industry standards, such as ASTM and UBC, especially in regards to seismic safety. Key materials include water-felted, mineral-based acoustical panels, detailing parameters like thickness, light reflectance coefficient, and sound absorption capabilities. Moreover, the document details installation procedures, emphasizing proper handling and alignment of panels, and the importance of environmental conditions during installation. In addition, it addresses requirements for paint application across various surfaces, ensuring quality adherence according to the Master Painters Institute standards. The requirements include ensuring tools and materials for painting meet defined criteria, with a focus on environmental safety through low VOC content. Lastly, it covers the provision and installation of signage as part of the upgrade, ensuring compliance with ADA regulations. This comprehensive overview emphasizes the project's commitment to quality, safety, and aesthetic cohesion within the facility renovations.
    The document outlines the Department of Labor Wage Rate Decision UT20250083, effective from February 7, 2025, governing wage rates for construction projects in Davis County, Utah, under the Davis-Bacon Act. It specifies minimum wage obligations for contractors based on Executive Orders 14026 and 13658, which set hourly wage thresholds of $17.75 and $13.30, respectively, depending on the contract's awarding date. The document details various construction classifications, including carpenters, electricians, and plumbers, along with their corresponding wage rates and fringe benefits. It emphasizes compliance with any modifications to wage rates published before the proposal submission deadline. The text also elaborates on the appeals process for wage determinations and outlines information on prevailing wage rates derived from union and survey classifications. Overall, this document serves as a guide for contractors concerning wage compliance in federally funded construction projects, ensuring fair compensation and employee protections while adhering to established labor standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Patrick SFB, Florida - DECA Commissary Architectural and Refrigeration Upgrades
    Dept Of Defense
    The Army Air Force Exchange Service (AAFES) is soliciting proposals for architectural and refrigeration upgrades at the DECA Commissary located at Patrick SFB, Florida. The project entails significant alterations, including electrical and mechanical upgrades, restroom renovations, new LED lighting, and the installation of a new décor package to align with current DeCA standards. Additionally, modifications will be made to insulated coolers and freezers, flooring, wall finishes, and the replacement of the fire alarm system, among other improvements. Interested contractors can find further details and amendments on the AAFES website, and should direct inquiries to Christian Villamin at villaminc@aafes.com or by phone at 214-312-3219.
    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.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Concessionaire - Galaxy Club
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a concessionaire to provide hot and cold food and non-alcoholic beverages at the Galaxy Club located at RAF Mildenhall in Suffolk, United Kingdom. The selected concessionaire will be responsible for catering services at off-site locations and must pay 15% of gross sales to the Non-Appropriated Fund Instrumentality (NAFI) on a monthly basis, with a contract duration of one base year and four optional renewal years. This opportunity is crucial for maintaining quality food services for authorized patrons and ensuring compliance with health and safety regulations. Interested parties can contact Kim Beaulieu at kimberly.beaulieu@us.af.mil or Valerie Cuevas at valerie.cuevas@us.af.mil for further details.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.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.
    Joint Base Andrews Executive Flight Kitchen Food Service Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide executive flight kitchen food service support at Joint Base Andrews in Maryland. The procurement aims to acquire services that include the provision of cleared food service personnel, such as Mess Attendants, a Restaurant Manager, an Executive Chef, and various Cook positions, all of whom must possess security clearances ranging from Secret to Top Secret-SCI. This opportunity is crucial for maintaining high-quality food service operations in support of distinguished visitors and military personnel, adhering to strict health and security protocols. Interested vendors must submit their capabilities statements and relevant information by 11:59 PM EST on January 7, 2026, to the designated contacts, Heather L. Roe and Raffaele Simpson, via the provided email addresses.
    Salt Lake City Military Entrance Processing Station Noon Meals
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting quotes from qualified vendors to provide noon meals for applicants at the Salt Lake City Military Entrance Processing Station (MEPS). The contract requires the provision of boxed meals, specifically submarine sandwiches and accompanying items, adhering to strict food safety and sanitation standards, with service expected Monday through Friday, and some Saturdays, excluding holidays and training days. This procurement is crucial for supporting the nutritional needs of Armed Forces applicants during their processing, ensuring they receive adequate meals in a timely manner. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by December 23, 2025, with a total estimated award amount of $47,000,000.00 for the contract period, which includes a base year and two one-year options. For further inquiries, vendors can contact Adam Buchert at adam.p.buchert.civ@army.mil or Tara E. Glass at tara.e.glass.civ@mail.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.