Reconfigure Keesler AFB Perimeter Security Fence
ID: FA301025R0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the reconfiguration of the perimeter security fence at Keesler Air Force Base (AFB) in Biloxi, Mississippi. This project, identified as MAHG23-1052, aims to enhance security measures and streamline access to the base, with a construction budget estimated between $1 million and $5 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of contractor qualifications and past performance in the evaluation process. Interested contractors must submit sealed bids by April 14, 2025, following a mandatory site visit scheduled for March 25, 2025, and should direct inquiries to Kristy Hill at kristy.hill.1@us.af.mil or Tiffany Aultman at tiffany.aultman@us.af.mil for further details.

Files
Title
Posted
The Statement of Work (SOW) outlines the requirements for constructing a new perimeter security fence at Keesler Air Force Base (AFB). It emphasizes the contractor's responsibility to provide all necessary resources, including labor and materials, in compliance with specified standards. The project includes demolition of existing structures and fencing alongside Larcher Boulevard and the installation of a robust new barrier system. The scope covers consequences for encountering hazardous materials, jobsite safety, permits, and environmental protection measures. The contractor must prioritize safety, adhere to environmental regulations, and maintain communication with the Contracting Officer regarding any issues. The SOW also details inspection and acceptance protocols, emphasizing thorough quality checks throughout the project lifecycle. By establishing these comprehensive guidelines, the document ensures that the project aligns with federal standards and mission objectives while enhancing the security infrastructure at Keesler AFB.
The Keesler Air Force Base (AFB) is initiating a project to reconfigure its perimeter security fence as detailed in the solicitation MAHG231052. The aim is to enhance security and streamline access to the base. The project includes comprehensive planning for demolition and new construction phases, utilizing various site plans, utility maps, and detailed civil engineering drawings. Key components of the project involve the careful demolition of existing structures and barriers, followed by the installation of new fencing, bollards, and concrete amenities. The contractor will be responsible for verifying site conditions prior to work commencement and for adhering to several safety and operational standards, including traffic management and erosion control. Furthermore, strict attention will be required regarding the protection of existing utilities and infrastructure. A significant portion of the documentation focuses on detailed construction specifications, including site grading, material selection, and compliance with regulatory guidelines. The project timeline is projected for January 2025, emphasizing timely completion while ensuring minimal disruption to ongoing operations at Keesler AFB.
The document outlines a series of specifications related to construction and demolition activities, particularly for a federal government project. It details the requirements for demolition, earthwork, and concrete work, emphasizing the importance of safety, environmental compliance, and material handling. Key sections include guidelines for the removal of existing structures, utility management, and the disposal of materials, all to be conducted under strict adherence to federal and local regulations. The document mandates quality assurance measures, including dust and debris control, traffic management, and the preservation of existing landscapes and utilities. It also describes specific materials and fill requirements for earthwork, ensuring that excavations and backfilling meet precise engineering standards. Overall, this comprehensive framework aims to ensure efficient project execution while minimizing risks to personnel and surrounding environments, thereby demonstrating the government’s commitment to sustainable development and safety in public works. Its structured approach with detailed sections indicates a well-coordinated pathway for contractors engaged in these activities, aligning with federal grants and RFP guidelines.
Apr 10, 2025, 10:05 PM UTC
The document outlines the Schedule of Material Submittals required for the project to reconfigure the Keesler AFB Perimeter Security Fence, identified by project number MAHG23-1052 and solicitation number FA301025R0008. It specifies various materials and submittals needed from the contractor, including shop drawings, color selections, and technical data, along with quantities and required submission dates. Emphasis is placed on the HAZMAT documentation, which includes questionnaires and reporting forms due five days prior to submission. Material-related submittals, such as concrete and asphalt mix designs, must be submitted two weeks before placement. Additionally, the contractor is required to provide warranties, operation and maintenance manuals, and various component specifications, all structured within a clear timeline for approvals and disapprovals. This schedule ensures compliance and quality control throughout the construction process, aligning with federal and local regulations pertaining to government contracts.
The document serves as an installation manual for the AG-Series Tandem Turnstile manufactured by Outlaw Industries. It includes crucial information needed for the setup, including unpackaging, general dimensions of the turnstile models (AG-27 and AG-30), nomenclature, and specific installation instructions. Key installation steps involve securing components, aligning rotors, and ensuring proper electrical connections while adhering to access control requirements. Additionally, electrical specifications detail the necessary input voltage, amperage, and operating conditions. The warranty section outlines coverage for defects in material or workmanship, clarifying conditions under which the warranty applies and the process for obtaining service. The document is tailored for potential buyers or contractors engaging in federal, state, or local government projects that require turnstile installations, emphasizing compliance with operational standards and safety regulations.
The 81st Communications Squadron Outside Plant Guidance document provides comprehensive guidelines for telecommunications infrastructure installations at Keesler Air Force Base (AFB). It outlines the purpose of ensuring compliance with TIA/EIA standards in design and installation of outside plant systems, detailing contractor responsibilities and necessary permits. Key topics include the construction and specifications for maintenance holes/hand holes, underground conduit systems, splice connections for copper and fiber optic cables, and proper labeling protocols. It emphasizes the importance of quality assurance, with contractors required to employ certified technicians and submit as-built drawings and testing results. The guidance also specifies grounding and bonding requirements, safety measures during installation, and ongoing maintenance responsibilities. With a strong focus on safety and quality standards, this document serves as a crucial resource for managing telecommunications infrastructure projects, ensuring compliance, and enhancing communication capabilities on Keesler AFB.
The document outlines the General Decision Number MS20250050 relevant to building construction projects in Harrison County, Mississippi, under the Davis-Bacon Act. It highlights wage requirements based on Executive Order 14026 for contracts awarded or renewed after January 30, 2022, mandating a minimum wage of $17.75 per hour for covered workers. Contracts awarded between January 1, 2015, and January 29, 2022, must adhere to Executive Order 13658's minimum wage of $13.30 per hour, provided they are not renewed after January 30, 2022. A detailed list of prevailing wage rates for various construction skills is included, indicating wages and fringes for different classifications. The document also notes that minimum wage requirements under Executive Order 14026 are not enforced for contracts involving state agencies in Mississippi. It provides procedures for appealing wage determinations and classification adjustments, reflecting the complex regulatory framework governing labor standards in federal contracts. This decision ensures compliance with federal wage standards and worker protections in construction projects, emphasizing the ongoing enforcement of labor laws in relation to government contracts.
Apr 10, 2025, 10:05 PM UTC
This document outlines submittal procedures for construction projects associated with federal contracts to ensure compliance with specifications and regulations. It categorizes submittals into two types: those requiring Contracting Officer (CO) approval and those provided for information only. It emphasizes the responsibility of the contractor for the accuracy and adequacy of submitted designs, materials, and connections. The submittals must adhere to a listed schedule and be presented in a specified format (AF 3000, Material Approval Submittal) accompanied by a certification confirming compliance with the Buy American Act. Timely submission is crucial, as delays in providing necessary documentation will not result in time extensions. Additionally, all submittals must adequately describe compliance with contract requirements, including any proposed deviations. A Submittal Register will guide the contractor throughout the project, outlining necessary submissions and due dates, while a specified time frame is allocated for CO reviews. The document underscores that the approval of submittals does not absolve the contractor from responsibility for the quality and conformity of work. The clear process outlined supports compliance and accountability in government contracting, following established federal regulations and standards.
The document outlines a Request for Proposal (RFP) concerning the reconfiguration of the perimeter security fence at Keesler Air Force Base (AFB), referenced as contract FA301025R0008, MAHG 23-1052. It calls for detailed information regarding past performances by contractors and subcontractors involved, highlighting the requirement for identifying the Contract Period of Performance (POP), contract values, and agency contacts. Additionally, it requests documentation of any performance issues faced while elucidating the impact of subcontractors, key personnel, or teaming arrangements on contract fulfillment. The inquiry aims to ascertain reliability and capability prior to awarding contracts, ensuring that contractors meet performance standards aligned with federal requirements. This summary illustrates the structured approach in assessing contractors’ qualifications, which is vital for government project execution.
The Past Performance Questionnaire, associated with Solicitation No. FA301025R0008, is designed to gather feedback regarding a contractor's previous performance for a project involving the reconfiguration of the Keesler AFB Perimeter Security Fence. The contracting officer, Kristy Hill, requires responses by April 14, 2024, to assess the contractor's qualifications in relation to their past contracts with the responding agency or company. Evaluators are asked to rate the contractor on various performance metrics, including quality of work, timeliness, management capability, and regulatory compliance, using a defined rating scale from "Exceptional" to "Unsatisfactory." Additionally, respondents can provide comments for further clarification on their ratings. The questionnaire emphasizes the importance of detailed input to aid the assessment of the contractor's overall past performance for consideration in the proposal process. This document highlights the procedural requirements for government contracting processes and the vital role of past performance evaluations in federal procurement decisions.
Apr 10, 2025, 10:05 PM UTC
Apr 10, 2025, 10:05 PM UTC
The government solicitation FA301025R0008 is for the construction project titled "MAHG23-1052 Reconfigure Keesler AFB Perimeter Security Fence." The project, set within a budget between $1 million and $5 million, is specifically a Service-Disabled Veteran-Owned Small Business set-aside. The proposal requires contractors to submit sealed bids by April 14, 2025, with a performance period from May 19, 2025, to November 17, 2025, totaling 180 calendar days for completion. A site visit is scheduled on March 25, 2025, for interested bidders, who must adhere to specific entry protocols for security purposes. The solicitation includes detailed requirements on performance and payment bonds, amendments acknowledgments, and stipulations on submitting offers. Furthermore, contractors must ensure the use of sustainable products as defined by applicable environmental policies. The document outlines various clauses, including those related to labor standards, inspections, and insurance obligations, ensuring compliance with federal regulations. Compliance with bidding procedures and sound project management is emphasized as essential for contract fulfillment.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Reconfigure Keesler AFB Perimeter Security Fence
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to reconfigure the perimeter security fence at Keesler Air Force Base in Mississippi. This project aims to enhance the security infrastructure of the base, ensuring compliance with current safety standards and operational requirements. The work falls under the NAICS code 238990, which pertains to specialty trade contractors, and is categorized as a service-disabled veteran-owned small business (SDVOSB) set-aside opportunity. Interested contractors should reach out to Kristy Hill at kristy.hill.1@us.af.mil or call 228-377-1817 for further details, while Tiffany Aultman is available at tiffany.aultman@us.af.mil or 228-377-1807 for additional inquiries.
Keesler FamCamp Repair/Renovation Project
Buyer not available
The Department of Defense, specifically the Air Force, is seeking qualified general contractors for the Keesler FamCamp Repair/Renovation Project located in Biloxi, Mississippi. This project involves the repair and renovation of an existing RV facility, with a design-bid-build approach and 100% design already completed. The government is conducting this Sources Sought Notice to gather information on potential contractors' capabilities and past performance, particularly those who have completed similar projects valued between $1 million and $5 million within the last three years. Interested contractors must submit their capability statements, including a Past Performance Questionnaire, by 4:00 PM Central Standard Time on April 17, 2025, via email to Jamal Jefferson at jamal.jefferson@us.af.mil, with the subject line "Keesler AFB FamCamp Sources Sought Response." This opportunity is funded through nonappropriated funds, generated by military community activities, and does not involve federal tax dollars.
MAHG 25-1003 Repair Chiller 2
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Chiller 2 and the replacement of the Variable Frequency Drive (VFD) and Cooling Tower 2 at Building 4231, Keesler Air Force Base in Biloxi, Mississippi. This project, which falls under a Historically Underutilized Business (HUBZone) set-aside, has an estimated construction cost between $250,000 and $500,000 and requires contractors to provide all necessary equipment, labor, and materials to ensure operational integrity of the cooling systems. The procurement emphasizes compliance with federal regulations, including adherence to wage standards and environmental protections, reflecting the importance of maintaining critical infrastructure in government facilities. Interested contractors must submit their proposals by the specified deadlines, with a site visit scheduled for April 10, 2025, and inquiries directed to David Gardache at david.gardache@us.af.mil or Alice Townsend-Peden at alice.townsend-peden@us.af.mil.
KSCC 18-1525 Construct Vehicle Barriers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price construction contract to construct vehicle barriers at the Kennedy Space Center in Florida. This project, titled "KSCC 18-1525," aims to enhance security through the installation of anti-terrorism measures, including bollards and cable fence barriers, with a project value estimated between $500,000 and $1,000,000. The procurement is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their bids by April 29, 2025, and can direct inquiries to the primary contact, 2d Lt. Charles Cowart, at charles.cowart.4@spaceforce.mil, or the contracting officer, Patricia A. Bates, at patricia.bates@spaceforce.mil.
Repair Roof Base Ops, B847
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and replacement of the roof of Building B847 at Columbus Air Force Base in Mississippi. The project aims to eliminate persistent water leaks that have impacted critical operations, requiring contractors to provide all necessary labor, materials, and equipment to complete the work within a 180-day timeline. This procurement is significant for maintaining the functionality of the facility, and it is set aside for small businesses under the SBA guidelines, with an estimated contract value between $500,000 and $1 million. Interested bidders must contact the primary point of contact, Sang Park, at sang.park.6@us.af.mil or 662-434-7775, to register for a site visit by April 21, 2025, and submit all requests for information by May 5, 2025.
Construct Blast Fence
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for a project titled "Construct Blast Fence" at the 117th Air Refueling Wing in Birmingham, Alabama. The procurement involves a firm fixed-price contract for the construction of two full power jet blast deflectors, including the necessary concrete paving systems and the relocation of existing flight line security lighting and fuel system controls. This project is crucial for accommodating full engine run-ups for the KC-135 aircraft and is set aside entirely for small businesses, with a contract value estimated between $1 million and $5 million. Interested contractors should note that the solicitation is expected to be issued around May 7, 2025, with a pre-bid conference tentatively scheduled for March 14, 2025, and must register in the System for Award Management (SAM) to participate. For further inquiries, contact William K. Hall at william.hall.65@us.af.mil or Joshua Waters at joshua.waters.8@us.af.mil.
PKA - Repair Flightline Gates Travis AFB, CA
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of flightline gates at Travis Air Force Base, California. This project involves a design-build contract focused on the repair and modernization of three flightline gates, including the demolition of existing components and the installation of new systems that comply with federal safety standards and local regulations. The estimated contract value ranges from $500,000 to $1 million, with a total small business set-aside, emphasizing the importance of supporting small enterprises in federal contracting. Interested contractors must submit sealed bids by 11:00 AM on April 15, 2025, and are encouraged to direct any inquiries to the primary contact, Karly Zamiar, at karly.zamiar@us.af.mil or by phone at 707-424-2014, by the deadline of March 17, 2025.
Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a Commercial Entrance Control Facility at Malmstrom Air Force Base in Montana. This project aims to enhance security and operational efficiency at the base, requiring contractors to adhere to specific construction standards outlined in the Request for Proposal (RFP). The facility will play a crucial role in managing access and ensuring the safety of personnel and assets at the military installation. Interested contractors should note that the procurement is set aside for 8(a) certified businesses, with a pre-proposal site visit scheduled as detailed in the RFP. For further inquiries, Shawna West can be contacted at shawna.m.west2@usace.army.mil or by phone at 206-764-3416, while Michael Saldana is available at Michael.E.Saldana@usace.army.mil or 206-764-3532. The deadline for proposal submissions is April 11, 2025, as indicated in Amendment 0001.
SXHT 23-1030 Repair HVAC B535
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm Fixed-Price Construction Contract to repair the HVAC system at Building 535, located at Patrick Space Force Base in Florida. This project, designated as SXHT 23-1030, involves significant tasks such as the removal and replacement of air handlers, installation of return ducts, and improvements in humidity control, all while adhering to Florida Building Codes and specific Army Air Force regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project value between $1 million and $5 million, contingent upon the availability of appropriated funds. Interested contractors must submit their bids by April 23, 2025, with a mandatory site visit scheduled for March 31, 2025, and can direct inquiries to Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
Air Force Base Bulk Fuel Fence Repair
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking small business contractors for a Bulk Fuel Fence Repair project at Altus Air Force Base in Oklahoma. The project entails demolishing the existing fence and gates, followed by the installation of a new fuel yard fence and drainage system, in compliance with established security and engineering standards. This procurement is significant for maintaining the security and operational integrity of the fuel yard, with an anticipated contract value between $250,000 and $500,000 and a duration from May to October 2025. Interested contractors should contact Isaiah Jones or Logan Hamm via email for further details and access to the solicitation through the Procurement Integrated Enterprise Environment platform.