F-35 CONSTRUCT COMBINED WEAPONS FACILITY
ID: W50S6Y-25-B-A004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M2 USPFO ACTIVITY FLANG 125JACKSONVILLE, FL, 32218-7933, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MAINTENANCE BUILDINGS (Y1EB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the F-35 Combined Weapons Facility (CWF) at the Jacksonville Air National Guard base in Florida. This project aims to construct a 22,696 square-foot facility that includes a hangar bay for load crew training, administrative offices, classrooms, and environmental remediation of the site, with an estimated contract value between $10 million and $25 million. The procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested bidders must submit their proposals by March 27, 2025, and can direct inquiries to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or Mark Penwell at mark.penwell.1@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 4:05 PM UTC
The document details the solicitation for constructing a Combined Weapons Facility (CWF) as part of a federal government project. The pre-bid conference and site visit are scheduled for February 26, 2025, emphasizing a Firm-Fixed Price Contract with an estimated value between $10 million and $25 million, exclusively reserved for small businesses. Proposals are due by March 20, 2025, and must be submitted without any electronic or facsimile options. Bidders must include specific documentation such as the Offeror portion of SF1442, Section 000110 pricing information, and completed Representations and Certifications (R&C) in SAM. A bid guarantee is required, alongside adherence to updated construction wage rates. Questions related to the proposal must be submitted by March 11, 2025, and answers will be provided on the designated federal website, emphasizing a no-calling policy to prevent delays. The solicitation strictly states that discussions regarding bids may not occur and the contractor will be selected based on the lowest compliant bid, underlining the competitive nature of federal contracting processes. This solicitation reflects the government’s commitment to engaging small businesses while ensuring transparency and accountability in awarding contracts.
Apr 8, 2025, 4:05 PM UTC
Terracon Consultants, Inc. conducted an Asbestos and Lead Paint Survey at Building 1022, Jacksonville, Florida, on December 21, 2023, commissioned by Parsons Corporation. The report aims to identify hazardous materials prior to potential demolition. The asbestos survey found no detectable asbestos in 36 collected samples, while only one lead-containing paint sample was identified, with a lead concentration of 0.010% weight. Visual assessments of suspect materials were performed, and samples were analyzed following EPA and OSHA standards. Key recommendations include caution during any renovations to avoid disturbing the lead paint and the assumption that undisclosed materials may contain asbestos, warranting further analysis. The report underlines the importance of adherence to regulations regarding asbestos and lead, particularly concerning construction activities that may expose workers to these hazardous substances. Overall, the findings emphasize the need for careful hazard evaluation and compliance with health standards during building renovations and demolitions.
Apr 8, 2025, 4:05 PM UTC
The Florida Air National Guard has issued a design submission for the F-35 Consolidated Weapons Training Facility at Jacksonville International Airport as part of a federal contract (FA8903-21-D-0011, Order: W50S6Y24F0001). This document outlines specifications, requirements, and guidelines for the construction project, which encompasses site preparation, utility extensions, and facility construction. The submission includes a comprehensive Table of Contents divided into multiple divisions, facilitating organization and clarity. Key sections cover procurement, project management, hazardous materials, construction procedures, safety requirements, and quality assurance. The project necessitates coordination with the National Guard Bureau and compliance with government regulations, emphasizing sustainability, safety, and quality throughout its execution. A critical component is maintaining the integrity of existing infrastructure while accommodating new construction. The document serves as a blueprint for contractors to follow, ensuring adherence to high standards within the military construction context. This initiative reflects the government's commitment to modernizing and enhancing military facilities effectively and safely.
The document outlines the plans for the F-35 Consolidated Weapons Facility at the Jacksonville Air National Guard Base in Florida, focusing on a comprehensive design submittal for the construction project. Key components include preparations for demolition, utility management, and site layout. The document delineates specific tasks such as the coordination of utility disconnections, safety measures during excavation, and environmental regulations regarding contaminated soil and groundwater, particularly concerning PFAS (per- and polyfluoroalkyl substances). It emphasizes safety compliance with OSHA and local laws, particularly for night operations and managing airborne dust. The site plan includes detailed notes on existing conditions, demolition phases, utility relocations, and grading, along with various sheets detailing requirements for landscaping, paving, and structural annotations. This document serves as a crucial reference for contractors, ensuring adherence to regulations and required approvals at every stage of construction, thereby facilitating the project's progress while ensuring safety and environmental protection at the Jacksonville facility. It encapsulates vital project parameters necessary for construction approval and successful execution.
The document outlines the design details and compliance requirements for the F-35 Consolidated Weapons Facility, located at the Jacksonville Air National Guard base in Florida. It includes details on contracts, codes, and design submissions intended to ensure adherence to federal and military regulations, particularly regarding fire protection and building safety. Key aspects highlighted include the facility's mixed-use occupancy categorization, such as assembly and moderate hazard storage, and the design’s compliance with the latest editions of various safety codes (e.g.- NFPA, UFC). Detailed assessments on fire extinguishers, sprinkler systems, and occupant safety protocols establish a framework for operational safety. Furthermore, the site plans emphasize access routes for emergency responders and the installation of necessary fire protection features, such as hydrants and alarms. The comprehensive nature of safety considerations underscores the project’s focus on compliance with federal, state, and local regulations, which is pivotal for securing funding and ensuring public safety in government-related initiatives.
The document outlines the 100% design submittal for the F-35 Consolidated Weapons Facility at Jacksonville Air National Guard, contracted to Parsons Government Services Inc. This comprehensive set includes detailed plans for plumbing, HVAC, and waste management systems over three volumes. Key elements captured in the submission involve water and air system layouts, including domestic water plans, mechanical notes, and compliance with local codes and regulations. Each plan highlights critical elements such as piping specifications, equipment placements, and servicing accessibility while reinforcing quality assurance protocols throughout the construction phase. The project aims to enhance operational capabilities and meet national defense requirements by ensuring a fully functional and compliant facility. This initiative is crucial for coordinating effective construction practices and ultimately supporting the strategic needs of the Air National Guard. The digital signatures validate the document's authenticity, emphasizing the collaborative effort behind the project.
Apr 8, 2025, 4:05 PM UTC
Apr 8, 2025, 4:05 PM UTC
Apr 8, 2025, 4:05 PM UTC
Apr 8, 2025, 4:05 PM UTC
The document outlines the registration process for the DBIDS card and base access pass for the 125th Fighter Wing of the Florida Air National Guard. Its primary purpose is to control physical access to secure facilities, ensuring the safety and security of specific installations by verifying individuals via biometric data and required documentation. Key components include identity proofing, personal information collection (such as name, birthdate, citizenship, and physical traits), and the stipulation of employment details for those working on-site. The form requires various pieces of personal data and identification documents while informing applicants about the voluntary nature of some disclosures, such as the Social Security Number. The application also emphasizes secure handling of the information, user identification, and penalties for false statements. The final decision on access approval rests with the Base Commanding Officer, who is responsible for determining an applicant's suitability based on a thorough vetting process, including checks against databases like the FBI's NCIC and terrorist watch lists. This structure reflects the Department of Defense's stringent requirements for maintaining security on military installations while facilitating legitimate access for authorized personnel and visitors.
Apr 8, 2025, 4:05 PM UTC
Apr 8, 2025, 4:05 PM UTC
The document pertains to a government RFP solicitation (W50S6Y-25-B-A004) related to telecommunications infrastructure for a project. It addresses a specific inquiry regarding the location of existing and new telecommunications facilities as referenced in the project's plans (CU101 & T-601). The response clarifies that the existing telecommunications vault (MH-8) is situated outside the project limits, at the corner of Saber Ave and Shooting Star Road. Additionally, it outlines plans for a new telecommunications manhole within the project limits that will connect to the existing duct bank, along with the installation of a new duct from this manhole to the telecommunications room. The response emphasizes the need for a revised utility layout plan to include these specifications, ensuring proper installation and connectivity. This document highlights the importance of precise infrastructure planning and compliance with project specifications within the context of federal and local RFPs.
Apr 8, 2025, 4:05 PM UTC
The document outlines a utility layout plan for the F-35 Consolidated Weapons Facility located at the Jacksonville Air National Guard Base in Florida. Infrastructure improvements include the installation of various utilities such as water, sanitary sewer, and storm drain lines. Specific notes detail the existing conditions and proposed features, such as fire hydrants, electrical lines, and manholes. The design emphasizes verification of existing utilities prior to construction to ensure compliance with safety and engineering standards. The plan serves as a critical resource for contractors and engineers during the construction phase, facilitating a systematic approach to utility installation while adhering to government regulations. Overall, it reflects the meticulous planning required for federal projects, integrating technical specifications and compliance measures essential for effective execution.
Apr 8, 2025, 4:05 PM UTC
The document is an addendum to the solicitation W50S6Y-25-B-A004, which pertains to the Combine Weapons Facility at LSGA239001. It addresses a specific bid inquiry dated February 28, 2025, regarding the clarification of references made in the procurement documents, specifically Notes 3 & 4 on Sheet CS101. A respondent inquires about the location of definitions for "Items 1-5" mentioned in those notes. The response directs the inquirer to the attached document, TO 33AA14-2-11, which provides the detailed explanations of these items. This addendum is structured as a Q&A format, reflecting a common practice in government RFP processes to ensure clarity and transparency in the bidding process. The focus is on fostering accurate understanding among bidders regarding project requirements, thus facilitating fair competition and informed proposals in accordance with federal regulations.
Apr 8, 2025, 4:05 PM UTC
The Record of Decision (ROD) for the Florida Air National Guard Base focuses on the remediation of contaminants at three underground storage tank (UST) sites: UST-16, UST-23, and UST-24. This document outlines the selected remedies and addresses cleanup efforts in accordance with federal and state regulations, primarily focusing on the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). UST-16 will undergo excavation with offsite disposal to meet residential soil cleanup target levels (SCTLs) due to identified PAHs and lead contamination in soil. UST-23 and UST-24 will employ natural attenuation monitoring and in-situ bioremediation to mitigate groundwater contaminants, specifically benzene and isopropylbenzene, until concentrations fall below applicable groundwater cleanup target levels (GCTLs). The remedies ensure protection of human health and the environment, complying with relevant statutory requirements while considering public input throughout the remedial process. Community participation was sought through public notifications and comment periods, with a focus on transparency regarding remedial activities. The selected remedies reflect a balance of effectiveness, implementability, and cost-efficiency, guiding actions to restore the site while minimizing potential exposure risks.
Apr 8, 2025, 4:05 PM UTC
The document comprises dewatering permit instructions issued by the Florida Department of Environmental Protection (FDEP) for various scenarios surrounding the discharge of dewatered water. It categorizes the requirements based on whether the sites are contaminated or non-contaminated, stipulating when permits are necessary and the required application processes. Key points include distinctions between dewatering discharges to stormwater systems, the necessity for water treatment based on contamination levels, and the fees associated with applications. It also notes that if a contractor submits a Notice of Intent (NOI), an Authorization Letter from property owners may be required. The document emphasizes electronic application submissions via the FDEP Business Portal and provides additional guidance on assessing nearby contaminated sites using the Map Direct tool. Overall, it serves to outline compliance protocols for environmental management regarding dewatering operations, reflecting the need for adherence to environmental standards and regulations.
Apr 8, 2025, 4:05 PM UTC
The National Guard Bureau held a pre-proposal conference and site visit on February 26, 2025, regarding the construction of a Combined Weapons Facility (CWF) under solicitation W50S6Y25BA004. The conference, attended by several government representatives and interested contractors, provided key information on the project's timeline, contractor requirements, and safety protocols. The contract spans 720 days, with awards expected by late May or early June, contingent upon bond approvals. Contractors must register in the System for Award Management (SAM) and adhere to specific work hours and base access protocols. Safety measures are emphasized, including the need for hearing protection near flight operations and restrictions on photography. The government is responsible for crane permits, while contractors must ensure proper recycling practices. A presentation on project specifics will be shared via SAM, and all technical inquiries should be directed through the contracting office to maintain communication integrity. The session concluded with an onsite walkthrough demonstrating the various project phases, underscoring the importance of compliance with detailed specifications. Contractors were reminded to regularly consult SAM for any amendments or updates related to the proposal.
Apr 8, 2025, 4:05 PM UTC
The document outlines the specifications for vertical lift fabric doors used in government projects, emphasizing design, safety, and operational performance standards. It details materials and manufacturing requirements, referencing various industry standards such as those from the American Welding Society and ASTM. Key components include door design and load considerations, operational speeds, quality assurance protocols, and installation procedures. Additionally, it mandates manufacturer and installer qualifications, a three-year warranty on mechanical components, and comprehensive training for personnel. The document stresses rigorous testing and adjustment processes to ensure operational integrity and safety compliance within a stipulated time frame. This request for proposal (RFP) serves to ensure that governmental authorities receive reliable and durable door systems suitable for high-demand applications, thereby supporting infrastructure needs while upholding safety regulations and operational efficiency.
Mar 19, 2025, 10:06 PM UTC
The document outlines specifications for the installation and operation of vertical lift fabric doors as part of a federal construction project. It details design requirements, materials, and manufacturers' qualifications necessary for the project. The doors must be constructed with limited combustible materials and designed to accommodate specific wind loads, ensuring operational safety and performance standards. Key points include the need for certified manufacturers with at least five years of experience, comprehensive quality assurance measures such as warranties, and systematic handling of materials. Emphasis is placed on structural integrity, operational performance, safety mechanisms, and compliance with various industry standards, including NFPA and ASTM regulations. Installation guidelines feature protective coatings, assembly methods, and coordination with electrical setups, ensuring doors function effectively without compromising safety. Acceptance testing procedures, personnel training, and provision of extra materials for maintenance are also specified. Overall, the document reinforces the commitment to high-quality standards and safety in the construction of vertical lift doors within governmental contracts and projects.
The document outlines specifications for the design, materials, and installation of a vertical lift fabric hangar door for a government project. Key requirements include references to relevant standards and codes, door structure and components design, wind load considerations, and electrical requirements. It emphasizes quality assurance by mandating qualifications for manufacturers and installers and detailing rigorous submittal processes for materials and design data. The document also specifies materials like steel and hardware, and includes safety protocols for installation and operation. Maintenance provisions alongside warranty details ensure ongoing functionality. The comprehensive nature of these requirements indicates a commitment to durable and safe hangar door systems under various operational conditions, reflecting the government’s emphasis on safety, compliance, and maintenance in public works projects.
Apr 8, 2025, 4:05 PM UTC
The Geotechnical Engineering Report prepared by Terracon for the F-35 Consolidated Weapons Training Facility at the Jacksonville Air National Guard base details subsurface conditions and engineering recommendations. The proposed project includes constructing new facilities, including a Weapons Loading Training Hangar and Weapons Release Systems Shop, with a total area of approximately 22,696 square feet. Subsurface exploration identified soil profiles comprising loose to dense sandy soils, silty clay, and underlying lean clay with groundwater observed at depths of 3.5 to 5 feet. Recommendations include shallow foundation designs with a net allowable bearing pressure of 3,000 psf and a maximum anticipated settlement of under 0.75 inches. Earthwork considerations emphasize the need for stringent site preparation, drainage control, and structural fill specifications to ensure stability during construction. The report underscores the necessity of continued engineering oversight throughout the project to accommodate any unforeseen subsurface variations affecting design and construction approaches. This document serves as a critical guide to ensure the construction meets geotechnical standards, aligning with federal and state requirements for infrastructure projects.
Apr 8, 2025, 4:05 PM UTC
The document presents the abstract of offers for the construction of the F-35 Combined Weapons Facility (CWF), solicited under solicitation number W50S6Y-25-B-A004. Issued by the 125th Fighter Wing, the document details the submission of bids from various construction companies. The main project includes base construction, communications, and security systems, with estimated costs for each job detailed. The government estimate totals $20,280,954. Participating offerors include Warden Construction Corporation, Birmingham Industrial Construction, Brantley Construction Company, and others, each providing bid amounts ranging from approximately $18 million to $23 million. Each entry includes compliance confirmations, bid security amounts of $3 million, and acknowledgment of amendments. The document showcases the competitive bidding process typical for government projects and emphasizes the importance of securing bids meeting federal and state regulations. This procurement process highlights the federal initiative to modernize military infrastructure while ensuring fiscal responsibility through rigorous contract evaluations.
Apr 8, 2025, 4:05 PM UTC
Apr 8, 2025, 4:05 PM UTC
The document contains responses to questions from contractors regarding the solicitation W50S6Y-25-B-A004 for a weapons facility project, highlighting key clarifications and requirements. It addresses several inquiries, including the submission method for bids, where it affirms that mailed documents are acceptable but must arrive by the designated bid time. The government prefers that the General Contractor (GC) maintain distinct roles for Superintendent and Quality Control (QC), ensuring efficiency on-site. Regarding field office requirements, it clarifies that a separate facility is not necessary, but appropriate shared space for meetings is expected. Additionally, it confirms that the official Period of Performance is 720 calendar days, as stated in Box 11 of the solicitation, superseding previous mentions of 540 days. The document also promises the provision of a geotechnical investigation report and asbestos/lead paint surveys for any structures slated for demolition, indicating a commitment to addressing environmental safety concerns. Such clarifications are vital for potential bidders to understand project requirements and expectations completely.
Apr 8, 2025, 4:05 PM UTC
The document details responses to a series of questions regarding project specifications for the military facility construction contract W50S6Y-25-B-A004. Key responses clarify requirements for site restoration, equipment provision, security systems, and environmental considerations. Specifically, all graded areas must be revegetated, and a government-furnished portable generator is confirmed. The contractor is responsible for conduit installations related to security and utility systems, while confirming that three monitoring wells will be installed as per existing conditions. Critical clarifications include the no requirement for the QP-8 certification and the provision of specific hangar door specifications. Additionally, the utility provider’s responsibilities are defined, emphasizing the separation of roles between the contractor and government for various installations, such as primary cabling and duct banks. The document serves to ensure clarity and compliance with technical specifications as part of the bidding process, directly impacting project execution and resource allocation.
Apr 8, 2025, 4:05 PM UTC
The government solicitation W50S6Y-25-B-A004, focused on the construction and facility upgrades, addresses several inquiries related to construction specifications and discrepancies in materials. Key questions include the specifics of a metal awning, fall restraint safety sections, and the accuracy of wall panel thickness. The architectural engineer (AE) clarified that specifications may not always directly tie to keynotes, directing bidders to relevant detail pages and specifications. Notably, discrepancies were highlighted in wall types, confirming that the project intends to use a mix of 3" smooth metal panels in administrative areas and 4" corrugated panels elsewhere. Additionally, the thickness of existing pavements was not determined from provided reports, suggesting on-site verification. This document illustrates the collaborative nature of project bidding, where clear communication and specifications are critical to ensure compliance and successful project execution.
Apr 8, 2025, 4:05 PM UTC
The solicitation document for project W50S6Y-25-B-A004 consists of various inquiries and responses regarding construction specifics, predominantly focused on a facility's chemical, structural, and HVAC requirements. Key discussions include the installation of a Chemical Vapor Intrusion Barrier alongside a 15 Mil Vapor barrier, the disposal of contaminated soil and groundwater, and the specifications for insulation thickness and geotechnical engineering services. Clarifications on hazardous materials like asbestos and lead are provided, emphasizing compliance with legal abatement requirements. A significant point addresses the procurement of BACnet-enabled meters compatible with existing systems. Additional questions pertain to design elements, construction materials, and project scope, affirming that many furniture and equipment provisions fall outside the contractor’s responsibilities. Overall, the document acts as a communication tool between contractors and government officials to ensure the project adheres to specified designs and regulatory standards while addressing various compliance and installation queries critical to the successful execution of the construction work. The interactions signal a capacity to adapt plans and materials as necessary for project adherence and safety compliance.
Apr 8, 2025, 4:05 PM UTC
The document pertains to the solicitation W50S6Y-25-B-A004 concerning construction specifications and safety measures for a facility project. Key inquiries address the installation of a Chemical Vapor Intrusion Barrier alongside a 15 Mil Vapor barrier beneath specific slab areas as outlined by the specifications section 03 30 00. It clarifies that both barriers are required per the overarching guidelines, and details on their locations should be specified. Additionally, it addresses the need for a fall restraint system, referencing the relevant Government Safety Requirements that supersede previous specifications. Lastly, there is a recommendation to relocate the ICD705 head end unit (SFXi) within the secure area boundary to ensure compliance with security criteria. This document serves to clarify expectations and enhance safety measures in adherence to federal guidelines for the construction project.
Apr 8, 2025, 4:05 PM UTC
The document serves as an addendum to the solicitation W50S6Y-25-B-A004 for the Combined Weapons Facility, providing clarification on various construction specifications and materials. Key inquiries address the applicability of specifications related to wall coverings, concrete landings, louvers, and water filters, among others. The Architectural Engineer (AE) clarified that certain sections are unnecessary, adjusted specifications, and provided revised plans indicating required element locations. Notably, fire extinguisher cabinet requirements and updates on infrastructure support for security systems were detailed. Moreover, it specifies the presence of an overhead hoist rather than a bridge crane, highlighting specific requirements for its relocation post-construction. The document facilitates understanding for contractors regarding project expectations, compliance with local regulations, and material specifications essential for project execution. It underscores the importance of precise communication in government requests for proposals and builds a comprehensive understanding of the project requirements.
The document outlines the Aircraft Clearance Requirement Plan for the F-35 Consolidated Weapons Facility at the Jacksonville Air National Guard in Florida. It specifies design parameters essential for accommodating various aircraft, including the F-15C, F-22, and F-35A, detailing their dimensions such as height, width, and length. The plan emphasizes minimum design clearances, with prescribed heights and widths to support smooth operations, including 10-foot minimum clearances in several areas. It includes a grid layout and structural specifications for various components like hangar walls, steel columns, and insulation materials, ensuring safety and functionality within the facility. The imagery is marked ‘Not for Construction’ and features various design and structural details, emphasizing the complex integration of systems to meet operational requirements. This submission represents a 100% design review aimed at ensuring conformity with construction standards, providing a comprehensive framework that supports operational efficiency and safety for military aircraft operations. The document serves as critical documentation for federal planning and construction projects relevant to military infrastructure enhancement.
Apr 8, 2025, 4:05 PM UTC
The document is an addendum to a Request for Proposal (RFP) solicitation for the construction of a consolidated weapons facility for the Jacksonville Air National Guard. It addresses inquiries made regarding acoustic insulation specifications at sound-rated partitions. A noted concern was the absence of a sound rating floor plan, which was subsequently clarified by the architect, J. Garza, who provided an updated STC (Sound Transmission Class) rating requirements plan. The document includes detailed architectural plans and dimensions for various rooms and spaces within the facility, such as offices, storage areas, and a weapons load shop. It outlines requirements for sound insulation and constructability while emphasizing adherence to safety protocols and codes. Contractors are instructed to verify dimensions and coordinate specific construction details, ensuring compliance with ADA standards and fire safety regulations. This addendum serves as a vital communication tool in the bidding process, confirming necessary updates and specifications for prospective contractors involved in the project.
Apr 8, 2025, 4:05 PM UTC
The document pertains to an addendum related to the solicitation W50S6Y-25-B-A004 for the Combined Weapons Facility. It addresses a specific inquiry regarding the absence of louvers (LVR-12, LVR-13, LVR-18, LVR-26, and LVR-27) on architectural plans despite their presence in the louver schedule. The response from the architect indicates that the floor plans will illustrate the locations of these louvers. This addendum reflects standard procedures within government Request for Proposals (RFPs) and emphasizes the importance of clear communication between contractors and architects to ensure all design elements are accounted for in construction documents. The inquiry and response highlight the collaborative effort required in federal procurement processes, ensuring that all technical specifications are accurately represented before bidding commences.
Apr 8, 2025, 4:05 PM UTC
The document outlines a federal solicitation for the construction of the F-35 Combined Weapons Facility (CWF) at the 125th Fighter Wing located in Jacksonville, Florida. This project, designated under solicitation number W50S6Y25BA004, is set aside for small businesses, with an estimated contract value between $10 million and $25 million. Responses are expected to be submitted by 10:00 AM on March 20, 2025. The solicitation includes details on required documentation, bid guarantees, and performance bonds. Offerors must acknowledge amendments and ensure complete bids that adhere to all solicitation terms. A mandatory pre-bid conference and site visit are scheduled, with registration required for security clearance. Contract awards will consider the most advantageous bids based on price and related factors, contingent on the availability of funds, which are anticipated to be available prior to the award. The document emphasizes compliance with various federal regulations, including those related to construction wage rates and small business representation. Overall, the solicitation seeks qualified bidders for substantial construction work supporting national defense, aligning with priorities set on the National Guard's agenda.
Apr 8, 2025, 4:05 PM UTC
The document outlines an amendment to a solicitation for the construction of a Consolidated Weapons Facility (CWF) at the 125th Fighter Wing, Jacksonville, Florida. The amendment extends the bid submission deadline from March 20 to March 27, 2025, due to additional requests for information. The project includes the construction of a hangar bay, training facilities, environmental remediation, and demolition of existing structures, with an estimated completion period of 720 days from the Notice to Proceed. It is intended for small businesses, with a 100% set-aside for such contractors. A pre-bid conference is scheduled for February 25, 2025, for potential bidders to clarify requirements, with mandatory registration for entry. The document also details communication expectations, bid submission procedures, and wage determination requirements applicable to this federally funded project. Key changes include revised instructions to bidders and updated prevailing wage rates under the Davis-Bacon Act. The comprehensive structure ensures that interested contractors have access to necessary information, stringent adherence to regulations, and the opportunity for competitive bidding, reflecting the government's commitment to transparency and fair practices in procurement.
Apr 8, 2025, 4:05 PM UTC
This document serves as an amendment to a federal solicitation, extending the deadline for bid submissions due to additional requests for information (RFIs) that are pending responses from the architect-engineer (AE). It outlines the acknowledgment procedures for bidders regarding the amendment, specifying that offers must be received before the new deadline or risk rejection. The document details the change in bid due date from March 27, 2025, to April 3, 2025, and notes a change in the bid opening location to Building 1001 at the Jacksonville, Florida facility. All other terms and conditions remain unchanged. This amendment is part of standard procurement practices, ensuring clarity and communication among contractors and government entities involved in the bidding process. The document emphasizes the importance of timeliness in submitting acknowledgments related to the amendment to maintain eligibility for consideration.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Addition/Repair Medical Training Facility, B3120, Eglin Air Force Base, FL
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the addition and repair of the Medical Training Facility B3120 at Eglin Air Force Base, Florida. This project involves constructing an addition that includes a concrete foundation, steel frame, HVAC systems, and various interior finishes, aimed at enhancing training and administrative functions for the facility. The contract, part of an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), has an estimated value between $1,000,000 and $5,000,000, with proposals due by 10:00 AM ET on May 26, 2025. Interested contractors should direct inquiries to Charity Mansfield at charity.a.mansfield@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil for further information.
PRESOLICITATION NOTICE: Department of State, Bureau of International Narcotics and Law Enforcement, Patrick Space Force Hangar Renovations
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is preparing to issue a Request for Proposal (RFP) for the design and renovation of Hangar 985 and Building 986 at Patrick Space Force Base in Florida. The project involves comprehensive renovations, including gutting and refurbishing Hangar 985, enhancing operational and administrative spaces, and addressing health hazards in Building 986, such as mold and bird droppings. This initiative is crucial for modernizing facilities that support international narcotics law enforcement operations, ensuring compliance with safety and regulatory standards. The anticipated contract value is between $25 million and $100 million, with proposals due around June 24, 2025. Interested vendors should register on the sam.gov website to receive updates and must contact Isis Hill at isis.s.hill@usace.army.mil for further information.
New Construction Rocket Operations and Maintenance Facility
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the construction of a new Rocket Operations and Maintenance Facility at Hurlburt Field Air Force Base in Florida. This project involves site preparation, the construction of a pre-engineered metal building (PEMB) warehouse, and the installation of all necessary utilities and infrastructure to ensure the facility is fully operational. The procurement is set aside for small businesses under the SBA guidelines, emphasizing the importance of this facility for supporting rocket operations and maintenance activities. Interested parties should submit a Statement of Capabilities and can contact Jason Bisbee at jason.bisbee@us.af.mil or Tina Kneip at tina.kneip.1@us.af.mil for further information.
Fire Training Facility Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and inspection services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The contractor will be responsible for ensuring the operational effectiveness and safety of these facilities by conducting inspections, performing repairs, and adhering to all relevant safety and compliance standards, including Air Force guidelines and federal regulations. This procurement is critical for maintaining the safety and readiness of training operations for firefighters, with an estimated contract value of $12.5 million and a total small business set-aside. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
Manufacturing Lab Addition Between B331 B332 and Renovations, Lakehurst Naval Base, Joint Base-MDL, New Jersey
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Manufacturing Lab Addition and renovations to Buildings B331 and B332 at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project, which is set aside entirely for small businesses, aims to enhance laboratory facilities while ensuring compliance with various safety and building codes, including the International Building Code and National Fire Protection Association standards. The estimated project magnitude is between $5 million and $10 million, with bids due by May 22, 2025, at 2:00 PM EST. Interested contractors should direct inquiries to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil for further details on the submission process and requirements.
P196U Construct Range Operations Facility
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the construction of the P196U Range Operations Facility at Marine Corps Air Station Cherry Point, North Carolina. This project, designated as a Total Small Business Set-Aside, aims to enhance military operational readiness by providing a facility that meets stringent safety and building code requirements, including fire protection systems and mechanical systems tailored for military training operations. The estimated contract value ranges between $5 million and $10 million, with a mandatory site visit scheduled for April 30, 2025, and bids due by May 21, 2025, at 1:00 PM local time. Interested contractors can reach out to Kimberly Lacy or Ericka J. Bishop at the provided contact information for further details.
Alter Controlled Space, Building 90033
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the alteration of controlled space in Building 90033 at Hurlburt Field, Florida. The project aims to convert an existing workshop into a Sensitive Compartmented Information Facility (SCIF), which will involve extensive construction services including HVAC installation, fire suppression systems, power distribution, lighting configurations, and the implementation of an Intrusion Detection System (IDS) and Access Control System (ACS). This contract, set aside for small businesses, has an estimated value between $1,000,000 and $5,000,000, and interested contractors must register in the System for Award Management (SAM) and have a current NIST SP 800-171 Assessment to be eligible for award. Proposals must be submitted in accordance with the specified guidelines, and for further inquiries, interested parties can contact Makail Betsill at makail.betsill@us.af.mil or Jaysen Cortez at jaysen.cortez.1@us.af.mil.
F-35 Lightning II Lots 20-21 SCP
Buyer not available
The Department of Defense, through the Naval Air Systems Command, intends to award a sole source contract to Lockheed Martin Corporation for the F-35 Lightning II Lots 20-21 Special Consent Panels. This procurement is critical as it involves specialized components necessary for the F-35 Lightning II program, which is vital for maintaining the operational capabilities of the U.S. military's advanced fighter aircraft. Interested parties have the opportunity to submit capability statements within fifteen days of this notice, although the contract is expected to be awarded in the second quarter of calendar year 2026. For further inquiries, Nicole Lawrence can be contacted at Nicole.Lawrence@jsf.mil, and small businesses interested in subcontracting should reach out to Stephen Collins at Stephen.1.Collins@lmco.com.
BEQ Repair AS4212
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N40085-25-R-2620, involves comprehensive construction work with an estimated cost between $10 million and $25 million, requiring completion within 730 days after award. The procurement is set aside for small businesses, and contractors must adhere to strict safety and environmental regulations while utilizing the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors should submit their proposals by April 9, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
REPAIR AIRCRAFT FIRE TRAINING FACILITY HOMESTEAD AIR RESERVE BASE (HARB) FL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the Aircraft Fire Training Facility at Homestead Air Reserve Base (HARB) in Florida. The project involves comprehensive repairs to various components of the facility, including the replacement of piping, structural steel, and control systems, ensuring compliance with AFCEC/CXF certification standards. This facility is crucial for training personnel in aircraft fire response, and the estimated contract value ranges between $1,000,000 and $5,000,000, with a performance period of 180 days from the notice to proceed. Interested contractors should contact Sandy Guite at sandy.guite@us.af.mil or Viviane Filias at viviane.filias@us.af.mil, and must be registered in SAM and compliant with NIST SP 800-171r2 to be eligible for the award.