ADAL Corrosion Control Facility
ID: W50S9525BA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NZ USPFO ACTIVITY SCANG 169EASTOVER, SC, 29044-5000, 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 bids for the renovation and expansion of the ADAL Corrosion Control Facility at McEntire Joint National Guard Base in Eastover, South Carolina. The project involves comprehensive upgrades to support 24 PAA F-16 aircraft, including the addition of architecturally compatible structures, reconfiguration of existing spaces, and improvements to mechanical, electrical, and HVAC systems. This initiative is crucial for maintaining operational readiness and ensuring compliance with health and safety standards, particularly in light of identified hazardous materials such as lead-based paint and mercury-containing fixtures. Interested small businesses must submit their bids by June 6, 2025, at 2 PM EST, and can direct inquiries to Jonathan Bailey at jonathan.bailey.28@us.af.mil or David Viers at david.viers@us.af.mil. The estimated contract value ranges between $5 million and $10 million, with a performance period of 480 days post-award.

    Files
    Title
    Posted
    The document outlines responses to inquiries related to the Request for Proposal (RFP) W50S9525BA001 for the ADAL Corrosion Control Facility, addressing various project specifications and clarifications. Key points include the confirmation of acceptable materials for structural elements such as overhead coiling doors and toilet partitions, with specific alternatives like Dryfall paint allowed. Potential manufacturers for lockers and toilet partitions are provided, demonstrating flexibility in sourcing. The document also discusses site conditions, confirming the absence of underground tanks and providing references for environmental surveys. Requirements for contractor accommodations include temporary trailers and Conex boxes for storage, with utility hookups mandated. Coordination for crane usage per FAA regulations is emphasized, along with specified staging areas. The overarching goal is to ensure clarity in project specifications and responsibilities for bidders, promoting effective execution while maintaining compliance with regulatory standards.
    ARM Environmental Services, Inc. conducted a hazardous materials survey at the Corrosion Control Building (#1046) of McEntire Joint National Guard Base in Eastover, SC, to identify hazardous materials prior to anticipated renovations. Key findings included the absence of asbestos in building materials, 600 linear feet of lead-based paint primarily on yellow floor lines in hangars, and the presence of numerous mercury-containing light fixtures. The survey also highlighted potential polychlorinated biphenyl (PCB) risks from electrical ballasts and transformers, with recommended precautions for safe handling and disposal. Mold inspection yielded no visible growth, and various hazardous wastes, such as cleaning compounds and batteries, were documented for proper disposal. The report underscores the need for compliance with regulations regarding hazardous materials, emphasizing appropriate abatement strategies to ensure safety during building renovations. These assessments are vital for regulatory adherence and the protection of health and the environment throughout the renovation process.
    The document outlines a federal RFP concerning the urgent requirements for the repair and renovation of a paint facility, operated by the 169 Maintenance Squadron, to meet current health and safety codes. It specifically identifies serious hazards related to the inadequate ventilation system of the structural maintenance paint booth, which fails to effectively remove paint vapors, posing risks to workers’ health and fire safety. The survey conducted on April 11, 2006, indicated a lack of proper airflow in critical areas, particularly room 9, where no air movement was detected. The proposal emphasizes the immediate need for renovations to mitigate these hazards, recommending that personnel use full face respirators and improve ventilation until repairs are completed. This request aims to secure funding for essential operational and maintenance upgrades to ensure compliance with safety standards, thereby safeguarding worker health and facility integrity. The involvement of individual Christopher A. Gamble, along with the specified contact information, indicates responsibility for overseeing the project's progression and urgency.
    The McEntire Joint National Guard Base in Eastover, South Carolina, held a conference on 14 May 2025, to discuss the ADAL Corrosion Control Project (PSTE 132004) with prospective bidders. The project, valued between $5 million and $10 million, is exclusively set aside for small businesses, with a firm-fixed price contract awarded and a performance period of 480 days post-notice to proceed. The conference agenda included introductions, an overview of the project, bid invitations, and a site visit. Interested bidders must submit questions in writing by 19 May 2025, adhering to specified guidelines, and answers will be posted at SAM.GOV. Additionally, all participants must sign an attendance roster that will be publicly accessible to facilitate connections between prime contractors and subcontractors. Key submission requirements include completing specific forms, acknowledging amendments, and providing a bid bond not exceeding $3 million. This initiative underscores the South Carolina National Guard's focus on efficient procurement within federal guidelines, inviting engagement from local small businesses while ensuring compliance with administrative processes.
    The document is a sign-in roster from a pre-bid conference for the ADAL Corrosion Control Facility, held on May 14, 2025, at 10:00 AM EST. It serves to record the attendees, likely contractors and relevant stakeholders, who are interested in participating in the bidding process for projects related to corrosion control. The roster includes fields for attendees to provide their names, companies, and contact information. This is a critical step in the Request for Proposals (RFP) process as it allows the government to gauge interest and involvement from potential bidders and ensures effective communication regarding project details. The orderly collection of this information underscores the importance of transparency and fair opportunity in public procurement, reflecting federal and state objectives within RFP processes. Overall, the document functions as a vital administrative tool that aligns with broader government efforts to engage qualified contractors in government-funded initiatives.
    The document outlines an amendment to a solicitation concerning federal contracting, specifically modifying the terms for receipt of offers and detailing procedural requirements for acknowledgment of this amendment. It clarifies actions to be taken by contractors regarding their offers in response to the solicitation number listed. The amendment states that additional documentation has been included to aid in the solicitation process, such as a list of questions and answers, a Hazardous Material Survey, and a Hazard Abatement Plan. Despite these modifications, the bid opening date and time remain unchanged. Key points include the explicit requirement for contractors to acknowledge receipt of the amendment, either through direct response methods or by electronically communicating their acknowledgment. The document maintains that the original solicitation's terms are still valid except for the changes mentioned. It emphasizes adherence to specified procedures to avoid rejection of offers. This amendment serves to enhance clarity, ensure compliance with safety regulations, and maintain the integrity of the bidding process, which is essential within the government procurement framework in federal, state, and local contexts, ensuring accurate communication with potential contractors.
    The solicitation for the ADAL Corrosion Control Facility project at McEntire Joint National Guard Base, Eastover, SC, aims to engage a contractor through a sealed bidding process. The project, estimated between $5 million and $10 million, is set aside for small businesses, with a required completion timeline of 450 days post-award. Contractors must provide a bid bond, performance, and payment bonds due within specified time frames. A pre-bid conference is scheduled for May 14, 2025, to clarify bid requirements. All submissions must be electronic via the PIEE Solicitation Module, adhering to specific instructions for documentation to ensure eligibility. The project requires bidders to comply with federal regulations, wage determinations, and guidelines for reporting under the System for Award Management (SAM). The government expects an award to be made to the most advantageous bid based solely on price-related factors. This solicitation underlines the government's commitment to involving small businesses in federal contracting while adhering to stringent acquisition regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Y810 Maintenance Building Construction
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking proposals for the construction of a Y810 Maintenance Building in Aiken, South Carolina. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to fulfill essential infrastructure needs for military operations. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with no other transmission methods accepted. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration, and they can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further information.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    Repair BEQ AS4211
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the repair of Bachelor Enlisted Quarters (BEQ) AS4211 at Marine Corps Air Station (MCAS) New River, North Carolina. This project, estimated to cost between $10 million and $25 million, is set aside for small businesses and requires proposals from a specific list of eligible contractors. The scope of work includes extensive renovations across various building systems, with a completion timeline of 730 days post-award and liquidated damages of $880 per day for delays. Interested contractors must submit their proposals by January 14, 2025, and can contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Facilities Investment Services, Ft. Jackson, SC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Charleston District, is conducting a Sources Sought notice to identify qualified contractors for Facilities Investment Services at Ft. Jackson, SC. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for preventative maintenance services, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for maintaining operational readiness and efficiency of facilities, and responses will inform the acquisition strategy and potential solicitation advertisement. Interested parties, particularly Small Businesses, Certified 8(a) Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, and Service-Disabled Veteran Owned Small Businesses, should direct inquiries to Holly Sopiak at holly.j.sopiak@USACE.army.mil or call 843-278-9401.
    SCARNG Catered Meals ISO 1-151st FY26 AT McEntire JNGB
    Dept Of Defense
    The Department of Defense, through the South Carolina Army National Guard (SCARNG), is soliciting proposals from qualified small businesses to provide hot catered meals for the 1-151st Annual Training event scheduled from February 20 to March 5, 2026. The contract, valued at up to $9 million, requires the delivery of breakfast, lunch, and dinner to multiple locations in South Carolina, including McEntire JNGB and North Aux Airfield, while adhering to strict food safety regulations set by the South Carolina Department of Agriculture. Interested vendors must ensure compliance with federal regulations for small business set-asides and submit their quotes, along with required documentation, to the primary contact, Kevin Esber, at kevin.j.esber.mil@army.mil by the specified deadlines, with all submissions due by January 8, 2025, for past performance questionnaires.