Bldg 679 & 1409 Wall & Soffit Repair Maxwell AFB, AL
ID: FA330025RFP0589Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3300 42 CONS CCMAXWELL AFB, AL, 36112-6334, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of walls and soffits at Buildings 679 and 1409 located at Maxwell Air Force Base in Montgomery, Alabama. Contractors are required to furnish all necessary labor, materials, and equipment to complete the project in accordance with the provided specifications and drawings, with a firm completion timeline of 120 calendar days following the notice to proceed. This project is critical for maintaining the structural integrity and operational functionality of military facilities, emphasizing adherence to safety and environmental standards throughout the construction process. Interested contractors must submit sealed bids by 12 PM on August 22, 2025, and are encouraged to attend a mandatory site visit on August 6, 2025, for which prior registration is required. For further inquiries, contact Jaeden Alvarez at jaeden.alvarez.2@us.af.mil or Eldrae A. Perdue at eldrae.perdue@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for the repair of buildings 679 and 1409 at Maxwell Air Force Base. It emphasizes contractor responsibilities, including ensuring safety, verifying site conditions, and completing work within a 120-day schedule while the buildings remain occupied. Key tasks include repairing EIFS walls, installing new anchors, repainting, and protecting fire safety devices. Environmental compliance is a major focus, detailing adherence to federal, state, and local regulations regarding hazardous materials, including lead and asbestos. Contractors must submit environmental reports, maintain pollution control facilities, and manage waste effectively. A comprehensive overview of necessary insurance, site maintenance, and security measures is provided alongside construction procedures for effective traffic control and environmental protection. The document mandates contractors to prepare as-built drawings and conduct final inspections, ensuring compliance with all specified guidelines and requirements. This contract reinforces the government's commitment to maintaining safety and environmental standards while fulfilling construction objectives.
    The document outlines a series of federal clauses relevant to government contracts, particularly addressing prohibitions and requirements for contractors engaged with the Department of Defense (DoD) and other government agencies. Key clauses include the prohibition of individuals convicted of fraud from holding certain roles in contracts (NFC-203-7001), restrictions on using products from Kaspersky Lab and specific telecommunications equipment linked to security concerns (NFC-204-23, NFC-204-25), and bans on using TikTok and similar applications on government devices (NFC-204-27). It emphasizes cooperation in matters relating to child labor regulations (NFC-222-19) and mandates adherence to service contract labor standards, ensuring fair wages and working conditions (NFC-222-41). The overall purpose of these clauses is to uphold national security, compliance with labor laws, and ethical business practices within federal contracting processes. The document serves as a comprehensive guide for contractors regarding compliance obligations, ultimately aimed at ensuring safety, integrity, and accountability in government-funded projects.
    This government document outlines essential contract clauses and general provisions for contractors engaged with Nonappropriated Fund Instrumentality (NAFI) projects. It emphasizes the display of fraud hotline posters and non-discrimination policies regarding veterans and individuals with disabilities, mandating contractors to take affirmative action in hiring practices and ensure compliance. Furthermore, the Buy American statute is highlighted, promoting the use of domestic construction materials in federal contracts while allowing for exceptions if unreasonable costs are presented. Contractors are required to meet performance standards within specified budgets, with provisions for redesigning projects if bid estimates exceed funding limits. It emphasizes the need for accuracy in contractor submissions and outlines protocols for addressing claims and disputes, ensuring accountability and protection of government interests. The document encapsulates the commitment to ethical practices within government contracting, promoting transparency and equal opportunity, alongside procedural compliance and fiscal responsibility.
    The document outlines the preparation instructions and basis for award for the Building 679 & 1409 Wall and Soffit Repair project, managed by the 42 FSS/FSVL. Offerors must adhere to strict guidelines for submitting estimates; non-compliance may lead to disqualification. Key components of the submission include a warranty of at least ten years for installed products and a Project Milestone Plan detailing the timeline for HVAC system replacement. A mandatory site visit is scheduled for August 6, 2025, at Maxwell AFB, AL, where attendees must provide identification and vehicle information in advance. The offers should be emailed to the designated contract personnel by the deadline of August 22, 2025. Evaluation for award will be based on technical acceptability, which includes adherence to manufacturer specifications. This document serves as an official Request for Quotation (RFQ) from the government, ensuring that the bidding process is transparent, equitable, and aligned with federal contracting standards.
    The document outlines a government solicitation (FA330025R0028) for construction work at Maxwell Air Force Base, requiring the repair of wall and soffit damages in Buildings 679 and 1409. The contractor must provide all necessary labor, materials, and equipment to complete the project per specified terms, starting work no later than 120 calendar days after receiving a notice to proceed. Sealed bids must be submitted by 12 PM on August 22, 2025, including offer guarantees and compliance with solicitation clauses. The contract is categorized as a firm-fixed price and falls under the North American Industry Classification System (NAICS) code 236220, focusing on commercial and institutional building construction with a size standard of $45 million in annual receipts. The document also highlights adherence to specific inspection and acceptance criteria, along with the requirement for performance and payment bonds as part of the offer process. This solicitation emphasizes the government's intent to ensure quality work and compliance with all outlined specifications while contributing to the maintenance and operation of military facilities. Overall, it serves as a formal request for proposals from qualified contractors to execute critical repair work within set parameters and timeline.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.
    Dorm 742 Renovation
    Buyer not available
    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.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    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.
    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.
    2026 Beyond the Horizon Open House Maxwell AFB - Master Concessionaire
    Buyer not available
    The Department of Defense, through the 42d Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking sources to provide Master Concessionaire Services for the 2026 Beyond the Horizon Open House and Airshow event scheduled for April 17-19, 2026. The selected contractor will have exclusive rights to sell food, non-alcoholic beverages, and novelty items to an estimated attendance of 100,000, requiring comprehensive infrastructure, management, and logistical support, while adhering to strict food safety regulations and financial controls. Interested parties must submit their responses to the sources sought notice by 2:00 P.M. Central Standard Time on December 15, 2025, to the primary contacts, 2d Lt Easton Flamand and TSgt Jeremy Rash, via the provided email addresses.
    Demo B6119
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. This project involves the complete demolition of the structure, including the removal of various materials such as concrete slabs, HVAC units, and asbestos-containing materials, with strict adherence to safety and environmental regulations. The successful contractor will be responsible for all aspects of the demolition, including site restoration and compliance with federal, state, and local standards. Interested parties should note that the deadline for quote submissions is December 12, 2025, by 12:00 p.m. (CST), and must direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    Demo B6142
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the complete demolition of Building 6142 at Dyess Air Force Base in Texas. The project entails the removal of the entire structure, including concrete slabs and foundations to a depth of three feet below grade, along with all associated interior and exterior components, while adhering to strict safety and environmental regulations. This demolition is critical for site preparation and future development, ensuring compliance with federal, state, and local guidelines, including the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals by December 12, 2025, following an optional site visit on December 5, 2025, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    Construct USDA-ARS Auburn Lab Auburn, AL Site Visit Roster
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a special notice for a site visit roster related to the construction of the USDA-ARS Auburn Lab in Auburn, Alabama. This opportunity is aimed at gathering interested parties for a site visit scheduled for December 3, 2025, as part of the procurement process for commercial and institutional building construction services. The construction project is significant for enhancing agricultural research capabilities and infrastructure. Interested vendors can reach out to Paul Adamo at Paul.M.Adamo@usace.army.mil or Jillian Saffle at jillian.e.saffle@usace.army.mil for further details regarding the site visit and procurement process.
    Repair, Install and Replace Ceilings, Walls and Doors within Buildings, USAG Bavaria, Grafenwoehr Military Community (W912PB26BA002)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the repair, installation, and replacement of ceilings, walls, and doors within buildings at the USAG Bavaria, Grafenwoehr Military Community, under solicitation number W912PB26BA002. This project encompasses a range of construction activities, including the installation of electronic locking systems, and requires compliance with both German and U.S. regulations, emphasizing safety, quality control, and environmental protection. The contract, valued at a maximum of €10,000,000.00, will be awarded to the lowest responsible bidder, with bids due by January 15, 2026, at 14:00 local time. Interested contractors should direct inquiries to Regina Rueckschloss at regina.rueckschloss.ln@army.mil or call 09641-70-526-8702 for further details.