Multi-Building Project (2025)
ID: W50S7625QA005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N2 USPFO ACTIVITY TXANG 136FORT WORTH, TX, 76127-1672, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Multi-Building Project at the Naval Air Station Joint Reserve Base in Fort Worth, Texas. This project involves minor construction and renovation work across multiple buildings, including Buildings 1675, 1674, 1673, and 4175, with a project magnitude estimated between $25,000 and $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete tasks such as wall partition removal, HVAC system installation, and electrical upgrades, adhering to federal, state, and local codes. Interested small businesses must submit their proposals by 1:00 PM local time on August 28, 2025, and can direct inquiries to Fletcher Weems at 817-852-3310 or via email at 136.AW.MSC@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines construction specifications for HVAC installations, electrical systems, painting, and other renovations at the Texas Air National Guard Naval Air Station in Fort Worth, TX, specifically within multiple buildings. Key notes include the installation of a ductless HVAC system, integration of the new system with existing infrastructure, and adherence to a specified paint color (Sherwin-Williams SW1016 Silver Screen). Additionally, it mandates dust mitigation efforts during construction and comprehensive testing of all systems for operational integrity.
    The document "DDPM252016 Multi-Building Project: A1.1 Amendment Photos" provides photographic documentation related to a multi-building project, likely as an amendment to an existing Request for Proposal (RFP), grant application, or similar government procurement file. The photos focus on specific areas within Building B1675, specifically Room 094 and the adjacent hallway. Key details include a photo of ducting to be connected in Room 094, a view of the proposed duct penetration location in the same room, and an image of the hallway separating rooms 094 and 030. These visual aids are crucial for understanding the scope of work, particularly concerning ductwork and building modifications, as part of the overall project.
    This document outlines requirements and notes for the HVAC system installation at the Fort Worth Naval Air Station Joint Reserve Base, emphasizing dust mitigation, system integration, and operational testing. Key actions include cutting wall penetrations, sealing HVAC connections, and installing various HVAC components to ensure effective airflow and safety through fire dampeners. The project is part of the FY 25 Multi-Building initiative, with design and construction actions detailed for compliance and quality assurance.
    The Asbestos Management Plan (AMP) for Carswell ANG Base, Fort Worth, Texas, outlines the procedures and responsibilities for managing asbestos-containing materials (ACM) in 23 buildings, adhering to Air Force regulations to protect personnel from health risks posed by asbestos. The plan emphasizes keeping ACM in place until removal is necessary, with guidance provided in the Asbestos Operating Plan (AOP) for potential removal actions and managing facility maintenance to minimize fiber release. The document highlights the collaborative efforts required from various base organizations to ensure effective implementation and oversight of the asbestos management program.
    The document is a floor plan for the 1675 Maintenance building at the Naval Air Station Joint Reserve Base Fort Worth, TX, specifically for the Texas Air National Guard's FY25 Multi-Building Project. The drawing, dated 06/25/2025, details the layout of various rooms including offices, a stairwell, vending area, aircraft corrosion shop, union office, machine shop, and welding shop. It also indicates the location of electrical panels. The project is managed by the 136 Wing CES and is identified by project number DDPM252016.
    This document is a floor plan for the 1675 Maintenance building at Naval Air Station Joint Reserve Base Fort Worth, TX. The plan, part of the Texas Air National Guard's FY 25 Multi-Building Project (DDPM252016), details various rooms including a mechanical room, communication room, SGT office, stairs, baby room, electrical room, SQ OPS, and storage areas. The drawing, dated 06/25/2025, is scaled at 1/8" = 1' and includes a grid system for precise location referencing. It provides a visual layout for the maintenance facility, supporting planning and operational aspects for the project.
    The document outlines construction actions and general notes for HVAC system installations and upgrades at the Naval Air Station Joint Reserve Base in Fort Worth, TX. Key requirements include dust mitigation, a specified paint color, integration of HVAC components with the Niagara system, and thorough testing of all systems. Additional actions include electrical work, installation of receptacles, and modifications to walls and floor finishes while ensuring seamless transitions throughout the facility.
    The document outlines a project proposal for the construction and maintenance of multiple buildings, specifically associated with the Naval Air Station Joint Reserve Base in Fort Worth, Texas. It focuses on a multi-building project that falls under the Texas Air National Guard's fiscal year 2025 plans. The project encompasses essential building aspects, captured in a detailed floor plan, designed to facilitate operations within the facility. The proposal includes significant references such as specific locations of electrical panels and details regarding workflow within maintenance operations. The schematic representation (scale 1/8" = 1') indicates a commitment to organized infrastructure planning, critical for operational efficiency. With project management handled by the 136th Wing Civil Engineering Squadron, the document reflects procedural norms in government project planning and execution. The emphasis on clear organization and detailed specifications demonstrates adherence to standards expected in federal and state government requests for proposals (RFPs) and grants. Overall, this document illustrates the strategic initiatives in military infrastructure aimed at enhancing operational capacities of the Air National Guard facilities.
    The document outlines the plans for a comprehensive multi-building project at the Naval Air Station Joint Reserve Base in Fort Worth, Texas, managed by the Texas Air National Guard. This initiative, planned for fiscal year 2025, focuses on the maintenance and improvement of several facilities, as evidenced by the inclusion of detailed floor plans and specifications. The document includes essential project details such as the project number, design specifications, and contact information for key personnel involved, specifically MSGT Matley. It emphasizes the structural layout and mechanical considerations necessary for the effective upgrade of the maintenance areas, adhering to established scales and measurements. The intent of the project is to enhance the operational efficiency and safety of facilities used by military personnel at the base, ensuring they meet modern standards for functionality and compliance with regulatory requirements. Additionally, the project showcases the government's ongoing commitment to investing in military infrastructure to support operational readiness.
    The 136th Mission Support Contracting's Request for Information Worksheet addresses various questions regarding the Multi-Building Project (2025) (W50S7624QA005). Key clarifications include HVAC system integration using BACnet protocol for Tridium Niagara JACEs, with ductless units maintaining 65-85 degrees and condensers 24 inches off the ground. Wall partitions require 3 5/8" (25 gauge) galvanized metal studs, 5/8" gypsum panels, and R15 fire-resistant insulation. Flooring specifications include Shaw Contract, Clear Tile Style# 59564, color Moonstone 62500 for carpet, and Armstrong 12" x 12", Charcoal: 5C915 for VCT, with 24" x 24" carpet tiles being acceptable. Waste disposal notes the availability of an asbestos report for Amendment 0001, and all original flooring materials were replaced in 1998, with no known asbestos in ductwork or lead paint in walls/doors from 1998 renovations. Fire and life safety codes must be adhered to for new work, but existing spaces are not required to be brought up to current standards. Site logistics include designated dumpster areas, routine flightline access coordination, and government removal of wall items and furniture. The contractor will handle data line removal and tagging, with the government reinstalling them. A comfort balance will be performed on the HVAC system upon completion, and the VAV system will control temperature without requiring additional airflow. Wall paint is Sherwin Williams SW1016 Silver Screen (eggshell), and door paint is Sherwin-Wiliiams Emerald Urethane Trim Enamel, Color Code SW 6385 Dove White (satin). Additional documents will be posted with Amendment 0001.
    This document is a Request for Proposal (RFP) for a Multi-Building Project (2025) at NAS JRB Fort Worth, TX, with a project magnitude between $25,000 and $100,000. It is a total small business set-aside acquisition under NAICS code 236220. The project involves repairing Buildings 1675, 1674, 4175, and 1673. Offers are due by 01:00 PM local time on August 28, 2025. Contractors must commence work within 10 calendar days of receiving a notice to proceed and complete the work within 60 calendar days for each line item. The solicitation outlines specific instructions for quote submission, including completing Standard Form 1442, providing firm-fixed prices for each Contract Line-Item Number (CLIN), a list of equipment/materials/labor, and a project schedule. Quotes will be evaluated based on compliance with solicitation terms, responsibility, price, and a technical review of the proposed equipment/materials/labor and project schedule. The Government reserves the right to award any combination of CLINs and may exercise options within 90 days after the quote due date. Insurance requirements, including Workers' Compensation, General Liability, and Automobile Liability, are also detailed.
    This document is Amendment 0001 to Solicitation W50S7625QA005, issued by USPFO ACTIVITY TXANG for a Multi-Building Project (2025). The amendment extends the receipt of offers and modifies contract clauses, specifically 252.236-7001 Contract Drawings and Specifications. Key changes include updated instructions for contractors regarding drawing and specification review, discrepancy notification, and reproduction. The amendment also incorporates several new documents: RFI Responses, revised DWG A1.1, DWG A1.1 with photos, and Asbestos Report Pages. All other terms and conditions of the original solicitation remain in effect. Contractors must acknowledge receipt of this amendment to ensure their offers are considered.
    The document details a federal solicitation for construction involving a multi-building project at NAS JRB Fort Worth, Texas, with a budget between $25,000 and $100,000. Specifically set aside for small business concerns, the project requires specific labor, materials, and services to repair designated buildings. Offerors must submit sealed bids by August 28, 2025, and are required to comply with several solicitation guidelines, including securing performance and payment bonds, and demonstrating understanding of project requirements. Key elements include firm-fixed pricing for different line items, a requirement for insurance coverage, and adherence to federal acquisition regulations, particularly regarding labor and material standards. Proposals will be evaluated based on responsiveness to the solicitation, technical requirements, and an understanding of the work scope. The government plans to award the contract to the offeror that is deemed the best value, emphasizing that they may negotiate terms as necessary. This solicitation process aligns with government efforts to promote efficient procurement while ensuring compliance and quality in construction projects.
    The 136th Airlift Wing at Naval Air Station Joint Reserve Base, Fort Worth, TX, requires a Multi-Building Project (DDPM252016) to perform construction services in buildings 1675, 1674, 1673, and 4175. The project addresses evolving mission requirements, lifecycle maintenance, and room usage conversion, including framing, painting, drywall, flooring, mechanical, plumbing, and electrical modifications. The contractor must furnish all labor, materials, equipment, and services for wall partition removal and construction, room finishes, HVAC system installation, and electrical upgrades, adhering to federal, state, and local codes, industry best practices, and Unified Facilities Criteria. Key tasks include site surveys, removal of existing partitions and finishes, electrical and mechanical modifications, system integration with the base's Niagara system, testing, commissioning, and documentation. The project requires strict adherence to safety regulations, proper waste disposal, and compliance with numerous building codes and standards. The period of performance for each CLIN is 60 calendar days, with extensions for concurrent awards. Deliverables include proof of insurance, material submittals, and a one-year warranty on workmanship and products.
    The 136th Airlift Wing at Naval Air Station Joint Reserve Base in Fort Worth, TX, is seeking a contractor for a Multi-Building Project involving renovations at four specific buildings (1675, 1674, 1673, and 4175). The required work includes construction services such as framing, painting, drywall installation, and HVAC modifications to adapt existing spaces to new mission requirements. The contractor must manage all aspects of construction, ensuring compliance with applicable codes and best practices. Key tasks involve performing a site survey, removing existing materials, and modifying mechanical, plumbing, and electrical systems. Integration of new systems with the existing infrastructure is essential, with thorough testing and documentation of all systems required. The contractor is responsible for ensuring site safety, managing waste, and maintaining the schedule, with a performance period of 60 days after the Notice to Proceed. Access to the site requires adherence to security protocols, including personnel background checks, and must comply with historical preservation regulations for any artifacts discovered. Overall, this project underscores the government’s commitment to modernizing military facilities while maintaining operational integrity and safety standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Vehicle Maintenance Shop#71
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking industry input for the construction of Vehicle Maintenance Shop 71 at Fort Hood, Texas. This project involves a Design-Bid-Build approach to create a large vehicle maintenance facility, including tactical vehicle parking, storage, and integrated systems, with an estimated cost ranging from $25 million to $100 million and a duration of 900 days. The initiative is crucial for enhancing the operational capabilities of military vehicles and ensuring efficient maintenance services. Interested firms, both small and large, are encouraged to submit their company information, experience, and insights regarding Project Labor Agreements and labor market conditions by December 9, 2025, to primary contact Rodney Alexander at rodney.d.alexander@usace.army.mil or secondary contact Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    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.
    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.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical repairs including roof restoration, structural enhancements, electrical upgrades, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. The completion of this project is crucial for maintaining operational capabilities, with a contract duration of 630 calendar days. Proposals are due by December 22, 2025, and interested parties must acknowledge receipt of the solicitation amendments to ensure their offers are considered. For further inquiries, contact Kristy Gerrek at (757) 341-0089 or via email at kristy.l.gerrek.civ@us.navy.mil.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    Renovation of Building 12 Picatinny Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and it includes essential renovations and the potential addition of an emergency generator. The procurement process emphasizes the importance of compliance with various technical specifications and safety standards, particularly regarding mechanical and electrical systems, as well as adherence to the Buy American Act. Proposals must be submitted electronically by December 12, 2025, at 2:00 PM EST, to the designated contacts, Monica Coniglio and Matthew Lubiak, with a file size limit of 25MB per email.
    Staging/Marshaling Area
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Staging/Marshaling Area at Fort Hood, Texas. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is designated as a Total Small Business Set-Aside under FAR 19.5. The construction of this facility is critical for supporting military operations and logistics, ensuring efficient staging and marshaling of equipment and personnel. Interested contractors should reach out to Jacqueline Cole at jacqueline.j.cole@usace.army.mil or call 314-526-1002 for further details, as the presolicitation notice indicates that additional project specifics are available in the attached documentation.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@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.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.