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
    Description

    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the F-35 Combined Weapons Facility at the Jacksonville Air National Guard Base in Florida. This project, designated under solicitation number W50S6Y25BA004, is set aside for small businesses and has an estimated contract value between $10 million and $25 million, focusing on site preparation, utility extensions, and facility construction in compliance with federal regulations. The initiative is crucial for enhancing military capabilities and modernizing defense infrastructure, with responses due by 10:00 AM on March 20, 2025. Interested contractors can reach out to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F-35 Maintenance Facility, Phase 1
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is seeking sources for the construction of the F-35 Maintenance Facility, Phase 1. This procurement involves industrial building construction, focusing on the establishment of maintenance buildings essential for the operational readiness of the F-35 aircraft. The project underscores the importance of maintaining advanced military capabilities and infrastructure. Interested parties can reach out to Natalia Gomez at natalia.gomez@usace.army.mil or by phone at 916-557-6868, or Michelle Spence at michelle.a.spence@usace.army.mil or 916-577-7900 for further details.
    F-35 Controlled Temperature Storage
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting proposals for the F-35 Controlled Temperature Storage project, which is set aside for small businesses. The procurement aims to construct a facility that meets specific temperature control requirements essential for the storage of F-35 components, ensuring their integrity and operational readiness. This project is critical for maintaining the performance and longevity of military assets, reflecting the importance of controlled environments in defense logistics. Interested contractors can reach out to Paul Holbert at paul.holbert@dla.mil or 717-770-7492, or Benjamin Bailey at benjamin.bailey@dla.mil or 717-770-5390 for further details.
    Design-Bid-Build (BBD), Firm-Fixed-Price (FFP), Construction Contract for P021 Lighterage and Small Craft Facility at Marine Corp Support Facility (MCSF) Blount Island Command (BIC), Jacksonville, Florida.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting bids for a Design-Bid-Build (BBD) construction contract for the P021 Lighterage and Small Craft Facility at the Marine Corps Support Facility Blount Island Command in Jacksonville, Florida. This firm-fixed-price contract aims to construct a facility that will support lighterage and small craft operations, which are critical for enhancing the operational capabilities of the Marine Corps. Interested contractors should note that the procurement falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and the PSC code Y1PZ, related to the construction of other non-building facilities. For further inquiries, potential bidders can contact Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or reach out to Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846.
    FY25 MAFB Construct Fire Station Bay Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking capable businesses for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. This project, estimated to cost between $5 million and $10 million, involves the construction of a facility approximately 20,000 square feet in size, designed to accommodate emergency services equipment and trailers, including features such as parking stalls, a foam storage room, restroom facilities, and utility spaces. The procurement is critical for enhancing emergency response capabilities in remote climates, and interested firms must demonstrate relevant experience and comply with military design standards. Responses to the Sources Sought Notice are due by February 26, 2025, and interested parties should contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil for further details.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base in Utah. This project involves significant civil engineering construction work, aimed at enhancing the infrastructure necessary to support F-35 operations. The successful contractor will be responsible for the construction of various utilities and facilities, which are critical for the operational readiness of the F-35 program. Interested contractors can reach out to Michelle Spence at michelle.a.spence@usace.army.mil or by phone at 916-577-7900, or Natalia Gomez at natalia.gomez@usace.army.mil or 916-557-6868 for further details regarding the solicitation process.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, requiring completion within 730 days post-award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and the Davis-Bacon Act, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project aims to establish a 30,300 square-foot facility designed for vehicle maintenance and aircraft support, with a budget estimated between $10 million and $25 million. The construction is critical for enhancing military maintenance capabilities and ensuring compliance with federal safety and operational standards. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887.
    Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a federal contract focused on barrier maintenance services at Hurlburt Field, Florida. The contractor will be responsible for the preventive maintenance, inspections, and minor repairs of Air Force vehicle barrier systems, ensuring compliance with federal, state, and local regulations while maintaining a performance threshold of 96% operational readiness. This contract, set aside for small businesses, particularly Women-Owned Small Businesses, has an acquisition ceiling of $25 million and requires submissions by February 28, 2025, following a mandatory site visit on February 6, 2025. Interested parties can reach out to Peyton Cole at peyton.cole@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil for further details.
    Convert B452 Wash Rack into 4-bay T-7A Hangar
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the conversion of the B452 Wash Rack into a new 4-bay T-7A hangar at Columbus Air Force Base in Mississippi. This project, identified as Project Number EEPZ197007, requires the contractor to manage all aspects of construction, including labor, materials, and compliance with safety and environmental standards, with a performance period of 548 days. The estimated construction magnitude is between $5 million and $10 million, and interested small businesses must submit their responses by March 6, 2025, including relevant qualifications and experience. For further inquiries, interested parties can contact Daniel Stilts at daniel.stilts@us.af.mil or call 662-434-3740.
    F-35 Fuel Stands
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of two F-35 Fuel Stands to be delivered to Naval Air Station JRB in Texas. The stands must adhere to stringent federal regulations and safety standards, including OSHA and USAF guidelines, with specifications emphasizing aluminum construction, modular design, and safety features such as self-adjusting stairs and slip-resistant flooring. These fuel stands are critical for maintaining operational readiness and safety in military aviation. Interested small businesses must submit their proposals, including shipping costs, by the specified deadline, and can direct inquiries to Emily Crotta at emily.crotta@us.af.mil or Todd Benner at todd.benner@us.af.mil.