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 24, 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, involves the demolition of existing structures and the installation of new fencing, turnstiles, and associated utility upgrades, with a budget estimated between $1 million and $5 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran-owned enterprises in federal contracting. Interested contractors must submit their proposals by April 29, 2025, with a performance period commencing shortly after award and lasting 270 days. For further inquiries, potential bidders can contact Kristy Hill at kristy.hill.1@us.af.mil or Tiffany Aultman at tiffany.aultman@us.af.mil.

Files
Title
Posted
The Statement of Work for the project titled "Reconfigure Keesler AFB Perimeter Security Fence" outlines the requirements for the installation of a new security fence at Keesler Air Force Base. The contractor is responsible for all necessary equipment, labor, and materials as per the defined specifications and conditions of the contract. Key tasks include the demolition of existing structures, construction of new fencing, installation of a turnstile, and ensuring compliance with safety and environmental regulations. The project emphasizes the need for continuous site security during construction, proper handling of any hazardous materials encountered, and adherence to strict timelines for project completion. The contractor must also maintain job site cleanliness and fulfill various reporting and submittal obligations, including documenting waste management and environmental compliance. Given the federal context, the terms reflect standard procedures for military contracts, emphasizing safety, regulation adherence, and effective project management.
The document outlines the Statement of Work (SOW) for the Keesler AFB perimeter security fence reconfiguration project. The contractor is tasked with providing necessary materials, labor, and supervision to secure the base's perimeter along specified areas. Key aspects of the project include demolition of existing guard shacks, concrete islands, and various fencing components while ensuring base security during the transition. New construction involves installing a perimeter fence compliant with ASTM standards, a turnstile, sidewalks, and utility conduits, as detailed in accompanying specifications and drawings. The project must adhere to environmental regulations, including managing hazardous materials and storm water, with specific procedures for asbestos and lead-based paint usage. Contractors are required to provide documentation on materials and submit reports for approval, manage jobsite safety, and maintain a clean work environment. Performance is scheduled to begin within 10 days of contract award and must be completed within 270 days. The work environment demands strict adherence to safety practices, communication protocols, and timely reporting for delays or disruptions. This undertaking emphasizes compliance with federal regulations and standards to ensure successful project completion while maintaining security and environmental safety.
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 is a solicitation from the 81st Civil Engineer Squadron outlining the project to reconfigure the perimeter security fence at Keesler Air Force Base in Biloxi, Mississippi, under solicitation number MAHG231052. Scheduled for January 2025, the project involves demolition of existing facilities, installation of a new perimeter fence, and construction of related infrastructure, including sidewalks, signage, and lighting. Key highlights include the requirement for contractors to verify dimensions and conditions before bidding, maintain emergency access routes during construction, and adhere to safety protocols as per OSHA regulations. Essential tasks involve the installation of security bollards, traffic signage, and erosion control measures. Detailed drawings and specifications are provided for site plans covering demolition and new construction. The solicitation emphasizes contractor responsibilities regarding utility management, material specifications, and compliance with federal and local safety standards. The overall purpose of the document aligns with federal government initiatives to enhance security and operational integrity at military installations, showcasing a commitment to infrastructure resilience and safety.
The document outlines the specifications and plans for the reconfiguration of the perimeter security fence at Keesler Air Force Base in Biloxi, Mississippi. This project, under solicitation number MAHG231052, is set for January 2025 and includes comprehensive civil engineering drawings and details for both demolition and new construction. Key components involve the removal of existing structures, installation of new fencing, concrete pads, and turnstiles, along with associated utility upgrades. Important considerations for contractors include field verification of dimensions, adherence to safety protocols, and coordination with the contracting officer on existing features to be removed or preserved. The project emphasizes maintaining emergency access during construction and ensuring compliance with local and federal guidelines regarding safety and environmental impact. The documentation caters primarily to contractors responding to the RFP, providing essential notes on specifications, quantities, and required permits, reinforcing the importance of meticulous planning and quality assurance in execution to enhance base security.
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 24, 2025, 8:08 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 24, 2025, 8:08 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 24, 2025, 8:08 PM UTC
The file documents a series of questions and responses related to the Reconfiguration of the Keesler Air Force Base (AFB) Perimeter Security Fence project under RFP MAHG 23-1052. Key elements addressed include requirement clarifications for technical proposals, contractor responsibilities regarding site conditions and utility management, and changes to project timelines and deliverables. Notably, the government has extended the performance period to 270 days to accommodate contractor needs for permits and project execution. The questions encompass consent for proposal information release, quality control plan submissions, utility location responsibilities, stormwater management plans, and installation specifications for security cameras and fence systems. The government stresses compliance with crash ratings and construction standards, stating that specific items will not require return post-demolition while sharing baseline aesthetic requirements for new fencing. This dialogue reflects the project's complexity, emphasizing strict adherence to safety and technical criteria while navigating regulatory obligations. The document serves as a critical reference for contractors engaging in federal and military projects, ensuring clarity and alignment with established standards throughout the construction process.
The document addresses questions and answers related to the Request for Proposal (RFP) for the reconfiguration of the Keesler Air Force Base (AFB) perimeter security fence. It clarifies technical proposal requirements, including the necessity for contractors to submit a Quality Control Plan narrative and specific past performance documentation. Key responsibilities for the contractor regarding site conditions and utility management, along with deadlines for project completion, are emphasized, with a performance period extension from 180 to 270 days granted due to concerns raised about timing and permitting. The document identifies utility provisions and requests for equipment specifications, notably for security cameras and access controls, and stipulates no need for specific utilities from the government. Additional inquiries address the coordination of project logistics, the conditions for existing structures, and the requirements for equipment disposal and return. The overall purpose is to ensure clarity and compliance for contractors engaged in the project, thereby enhancing the effectiveness of the security infrastructure at Keesler AFB.
The document addresses questions and answers regarding the Request for Proposals (RFP) for the reconfiguration of the perimeter security fence at Keesler Air Force Base, under solicitation MAHG 23-1052. Key topics include requirements for technical proposals, roles and responsibilities of contractors, utility considerations, installation guidelines for security equipment, and timelines for project performance. Contractors must seek consent for proposal information dissemination, provide a detailed Quality Control Plan, and account for utility locations when executing work, with awareness of potential differing site conditions. A significant revision extends the project's performance timeline from 180 to 270 days, acknowledging the complexities of permit acquisition and submittal approvals. Additional inquiries clarify equipment specifications, including camera installations, fencing requirements that meet K-4 crash ratings, and essential training for installed equipment. Site management, demolition protocols, and hazardous material considerations are also addressed. The document emphasizes the importance of compliance with regulations and standards throughout the project, reflecting typical requirements inherent in federal and local government contracting processes.
Apr 24, 2025, 8:08 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.
Apr 24, 2025, 8:08 PM UTC
The document outlines a solicitation for the construction project titled "MAHG23-1052 Reconfigure Keesler AFB Perimeter Security Fence," with a budget between $1 million and $5 million. Issued by the United States Air Force, this request is set aside for Service-Disabled Veteran-Owned Small Businesses. The bid submission deadline is April 29, 2025, with a public opening at 2:00 PM CDT. Contractors must initiate performance within ten days of award completion, maintaining a performance timeline of 180 calendar days. The proposal requires completed offers to include guarantees and adhere to specific solicitation clauses. The document includes details on a mandatory site visit and emphasizes compliance with various federal regulations surrounding labor, subcontracting, and performance standards. It highlights the requirement for sustainable products and outlines insurance responsibilities. The overarching goal is to enhance security measures at Keesler AFB while supporting small business participation, particularly from service-disabled veterans, in federal contracting opportunities. This project exemplifies the government's commitment to safety, infrastructure enhancement, and inclusion of veteran-owned businesses in federal projects.
Apr 24, 2025, 8:08 PM UTC
The document outlines a government solicitation for the construction project titled "MAHG23-1052 Reconfigure Keesler AFB Perimeter Security Fence." This solicitation includes performance specifications, key deadlines, and requirements for potential contractors, particularly emphasizing that bids are accepted only from Service-Disabled Veteran-Owned Small Businesses. The project has an estimated budget between $1 million and $5 million, with performance obligations starting within ten calendar days of contract award and completing works within 180 calendar days. An organized site visit is scheduled for potential bidders. The document also details submission guidelines, including the requisite performance and payment bonds, acknowledgement of amendments, and other solicitation conditions, as well as clauses for compliance with federal regulations. Compliance measures for construction labor and safety standards are highlighted, including insurance requirements and terms governing subcontracting. The overarching goal of the solicitation is to enhance perimeter security at Keesler AFB while adhering to established federal contracting procedures and promoting small business participation.
Apr 24, 2025, 8:08 PM UTC
The amendment to solicitation number MAHG23-1052 primarily aims to update and extend the timeline for the reconfiguration of the Keesler AFB Perimeter Security Fence. Key changes include the incorporation of revised attachments detailing the scope of work and drawings, as well as the addition of new attachment for camera specifications. The proposal due date has been extended to April 29, 2025, at 2:00 PM CDT, and the period of performance has shifted to span 270 days, now from June 2, 2025, to February 27, 2026. The document emphasizes the need for contractors to acknowledge receipt of the amendments promptly to avoid the rejection of their offers. Overall, it outlines the administrative changes without altering other terms and conditions. The amendment reflects the federal government's ongoing preparedness to ensure adequate facility security and compliance with regulatory standards while clearly communicating the procedural expectations for interested parties.
Apr 24, 2025, 8:08 PM UTC
The document amends the solicitation for the Keesler AFB Perimeter Security Fence project under RFP MAHG23-1052. Key changes include the addition of updated attachments for the Statement of Work and design drawings, while also integrating revised pre-bid site visit questions. Proposal submission procedures have been updated to accept PDF files, though the due date remains unchanged. The evaluation will be based on a competitive, lowest-price technically acceptable approach, with the requirement for initial proposals to reflect the best terms. Offerors must ensure their proposals meet all specifications and are submitted by the due date. The contracting officer and contract specialist are the primary contacts for queries, and a mandatory pre-bid site visit is scheduled. Proposals are to be separated into price, technical, and past performance information sections, with specific instructions provided for each. Emphasis is placed on the necessity of maintaining security during construction, alongside detailed planning regarding scheduling, quality control, and identification of key personnel. The document ultimately aims to facilitate the construction project while ensuring compliance with procurement policies and effective project management practices at Keesler AFB.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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, designated as a Historically Underutilized Business (HUBZone) Small Business 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. Interested bidders must attend a mandatory site visit on April 10, 2025, and submit their proposals by May 5, 2025, while noting that funding for the project is not currently available, and no awards will be made until funds are secured. For further inquiries, potential bidders can contact 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 titled "KSCC 18-1525 Construct Vehicle Barriers" at Kennedy Space Center, Florida. The project aims to enhance security through the installation of vehicle barriers, including bollards and cable fences, with an estimated value between $500,000 and $1,000,000, and is exclusively set aside for Women-Owned Small Businesses (WOSB). This initiative is critical for ensuring anti-terrorism measures at key infrastructures, aligning with federal standards and environmental regulations. Interested contractors must submit their bids by May 15, 2025, with all inquiries directed 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.
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.
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.
PKA-Vehicle Barrier Maintenance Amendment 0002
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Travis Air Force Base in California. The contract aims to ensure the operational efficiency of 27 vehicle barriers, including crash gates and bollards, through preventive maintenance, routine service calls, and emergency response, with a base year and four one-year options available. This procurement is crucial for maintaining security and functionality at the base's access points, reflecting the government's commitment to national security and operational readiness. Interested small businesses must submit their proposals by May 2, 2025, and can contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further information.
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.
Demolition Bldg. 404, Offutt AFB, NE
Buyer not available
The Department of Defense is soliciting bids for the demolition of Building 404 at Offutt Air Force Base in Nebraska. The project requires the complete demolition of the building and associated appurtenances, with site restoration and protection of existing items as per the provided specifications. This contract is a 100% small business set-aside, with an estimated value between $1 million and $5 million, emphasizing the government's commitment to engaging small businesses in federal contracting. Interested contractors must submit their electronic bids by May 7, 2025, following a mandatory site visit on April 15, 2025, and can direct inquiries to Blaine Terry at blaine.terry.2@us.af.mil or Elizabeth Dennis at elizabeth.dennis.2@us.af.mil.
Fall Restraint System Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for Fall Restraint System Services at Keesler Air Force Base in Mississippi. The procurement involves engineering recertification, annual inspections, and repairs of four fall protection systems to ensure compliance with OSHA, ANSI, and Department of the Air Force safety standards. This initiative is critical for maintaining workplace safety during maintenance operations, emphasizing the importance of thorough inspections and adherence to established protocols. Interested parties must submit their responses by 10:00 AM CST on May 1, 2025, to the designated contacts, Stacey Zawalski and Priscilla Brown, via email, ensuring they include necessary company information and a written statement confirming compliance with the Government's needs as specified in the Performance Work Statement.
Field Research Facility Duck, NC Security Fence Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to provide services for the replacement of a security fence at the Field Research Facility (FRF) in Duck, North Carolina. The project entails the demolition of the existing fence and the installation of approximately 1,906 linear feet of new fencing and gates, along with necessary security measures during non-business hours. This procurement is critical for maintaining the security and integrity of the facility, and it emphasizes compliance with federal, state, and local regulations, as well as adherence to safety standards throughout the project. Interested contractors must submit electronic quotes by May 5, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact Rhoda Lewis at rhoda.a.lewis@usace.army.mil or Christine L. Wilson at Christine.L.Wilson@usace.army.mil.
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 is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for 8(a) certified businesses, as indicated by the set-aside code. The construction of this facility is crucial for enhancing security and access control at the military installation. Interested contractors should note that the Request for Proposal (RFP) includes specific timelines for pre-proposal site visits, with amendments issued on April 11 and April 18, 2025. For further inquiries, potential bidders can contact Shawna West at shawna.m.west2@usace.army.mil or Michael Saldana at Michael.E.Saldana@usace.army.mil.