FP1021396 Create Fighter Bomber Fundamentals F183
ID: FA302925R0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

HUBZone Set Aside (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction project titled "Create Fighter Bomber Fundamentals F183" at Vance Air Force Base in Enid, Oklahoma. This project involves mechanical, electrical, fire, and interior upgrades to Facility 183 to enhance training spaces for Fighter Bomber Fundamentals. The procurement is a 100% HUBZone set-aside, with an estimated project magnitude between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal guidelines and safety standards. Interested contractors must submit sealed offers by July 2, 2025, and can direct inquiries to Jessica Wheeler at jessica.wheeler.12@us.af.mil or Thomas Patton at thomas.patton.1@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work (SoW) for the renovation project at Vance Air Force Base focuses on creating facilities for Fighter Bomber Fundamentals (FBF) in Facility 183. The contractor is tasked with comprehensive renovation activities, which include demolition, asbestos abatement, and new construction following outlined specifications. The document details the required procedures for safety compliance, the scope of work, and necessary permits, emphasizing adherence to safety standards and environmental regulations. Key activities involve coordination of tasks with base management and ensuring protection of existing government property during construction. Construction is scheduled to span 225 days, with stipulations for access to work areas, materials handling, and contractor oversight. The contractor must submit schedules, maintain clean workspaces, and provide warranties and documentation as specified. Overall, this SoW aligns with federal guidelines for construction projects within military settings, ensuring operational efficiency and compliance with safety and quality standards essential for government contracts and funded projects.
    The document appears to contain a series of nonsensical characters and unstructured data, making the extraction of coherent information impossible. As a result, it does not convey any clear main topic, key ideas, or supporting details typically found in federal government RFPs, grants, or state/local RFPs. The structure of the document may lack conventional organization, preventing a logical flow of information. Therefore, it is not feasible to summarize or analyze the content meaningfully, as it does not present any relevant details necessary for understanding a specific initiative or directive within a governmental context. The absence of recognizable text hinders any attempt to identify the purpose or content typically associated with government-related documents.
    The document serves as an overview of facilities and infrastructure at Vance Air Force Base, detailing various locations, services, offices, and amenities available on-site. It lists significant areas such as maintenance and recreational facilities, including sports fields, fitness center, library, and clinics. Additionally, it outlines administrative offices housed within the consolidated logistics complex and wing headquarters, covering diverse functionalities from human resources to legal and public affairs. The layout of the base emphasizes a well-organized support structure for both personnel and community services. The information is critical for ensuring operational efficiency and aiding in the management of resources and services during government contracts, grants, and proposals relevant to military operations and community engagements. Overall, this file is an essential resource for understanding the logistical and administrative framework supporting Vance Air Force Base's mission and community integration.
    The document addresses a specific aspect of a construction project where the owner is responsible for removing and relocating existing furniture in the construction areas. This clarification is crucial for the general contractor (GC), as it delineates responsibilities and allows for smoother planning of construction activities. The query directly pertains to the management of the site before new construction begins. While the file includes brief question-and-answer interactions, it primarily focuses on the owner's obligations, indicating a structured approach to resolving potential issues ahead of a construction project. This document reflects the procedural requirements typical in federal and state RFP processes, emphasizing clear communication of responsibilities to ensure compliance and effective project execution.
    The document details a series of federal and state/local Requests for Proposals (RFPs) and grants aimed at facilitating various government projects. It outlines funding opportunities for initiatives that promote community development, enhance infrastructure, and support public services. The primary objective is to solicit proposals from eligible organizations to undertake projects that align with governmental priorities and address specific community needs. Key components include eligibility criteria, application processes, and deadlines for submission. Furthermore, guidance is provided on how to structure proposals to meet evaluation criteria effectively. The content stresses the importance of transparency, accountability, and reporting on funded projects to ensure compliance with federal and state regulations. Overall, this document serves as a resource for organizations seeking funding and a framework for the government to manage proposals and grants efficiently.
    The document appears to be inaccessible, displaying an error message regarding PDF viewing issues rather than the actual content. Therefore, there is no information to summarize regarding federal government RFPs, federal grants, or state and local RFPs. If the document were available, the summary would typically highlight the primary purpose, significant findings, and relevant details associated with the request for proposals or grants. The effective approach would involve analyzing structural elements and key concepts, but this cannot be executed without the necessary content of the document.
    The Financial Responsibility Worksheet, part of Request for Proposal FA3029-25-R-0010, is designed to evaluate a contractor's financial stability and reliability. Key inquiries focus on the contractor's outstanding loans, payment history, credit lines, and average account balances. Evaluators seek insights into whether the current financial relationships demonstrate a solid financial standing and if the institution would pursue future business with the contractor. Additionally, there is an opportunity for the responder to provide supplementary comments that could influence the evaluation of the contractor's financial responsibility. The completion of this worksheet by a designated official illustrates an essential step in the government contracting process, ensuring that selected contractors possess the necessary financial health to fulfill their obligations effectively. This assessment is vital for government entities that aim to minimize financial risks in awarding federal grants and contracts at various levels.
    The Past Performance Information Form (PPIF) is a detailed document required for each contract related to government solicitations, emphasizing the importance of past performance in proposals. It requires offerors to provide comprehensive information about their current or past contracts, including specific details about the customer, contract types, performance periods, and financials. Key elements include descriptions of the work performed, relationships to current proposals, self-assessments on past performance, and the status of contracts. The form also addresses issues such as contract modifications, technical challenges, and customer contacts. Offerors must disclose any unfavorable performance ratings and detail corrective actions taken to address past problems. This document underscores the significance of transparency and accountability in government contracting, as well as the expectation for contractors to demonstrate their ability to resolve previous performance issues effectively. Overall, the PPIF serves as a critical tool in evaluating a contractor's reliability and capability for future work within federal and state/local RFP frameworks.
    The 71st Flying Training Wing at Vance Air Force Base in Enid, Oklahoma, is conducting a source selection for the RFP FA3029-25-R-0010 FP1021396, focusing on the creation of a Bomber Fundamentals program. A critical element of the proposal evaluation is the assessment of the Offeror’s past and current contract performance, relying heavily on feedback from agencies with experience working with the Offeror. To facilitate this evaluation, the government has included a questionnaire detailing the performance areas of interest. Responses are required within a tight deadline of 7 business days to ensure timely analysis and incorporation into the source selection records. The government encourages respondents to either include the questionnaire in the Offeror’s proposal or send it directly to the designated Contracting Officer via email. This process underscores the importance of stakeholder input in the procurement decision-making framework while aiming for efficiency in the contracting timeline.
    The document outlines a Past Performance Questionnaire issued by the 71st Contracting Flight as part of the competitive selection process for Solicitation FA3029-25-R-0010. The primary purpose is to gather detailed feedback on an offeror's past performance from organizations familiar with their work, to enhance proposal evaluation for government contracts. Respondents are required to provide information regarding the contractor’s past contracts, including identification details, performance ratings across various competencies, and supporting comments. The questionnaire aims to assess key areas such as problem-solving abilities, compliance with regulations, quality control, and overall project management efficiency. Responses are required within seven calendar days to facilitate timely analysis prior to negotiations. The document emphasizes the importance of direct experiences in evaluating an offeror’s capability and stresses the need for thorough and prompt feedback to ensure a successful source selection process.
    This document outlines the requirements for obtaining consent from subservice providers, teaming partners, and joint venture partners regarding the release of their past performance information to a prime service provider during the evaluation of proposals. The letter emphasizes the necessity of such consent due to the private status of the prime service provider, ensuring compliance with regulations surrounding information disclosure. It requests that major subservice providers complete a consent letter as part of the Past Performance Information Volume, aiding the Evaluation Team in assessing performance relevance and reliability. The sample consent form provided includes details such as company name, address, and contact information, emphasizing the importance of these partnerships in federal RFP responses, particularly for the Department of the Air Force's specific solicitation. The overall goal is to facilitate productive dialogue about past performance, thereby enhancing source selection evaluations in government contracting scenarios.
    The document outlines a construction cost estimate for the “Create Bomber Fundamentals F183” project at Vance Air Force Base in Enid, Oklahoma. The estimate is structured around various components necessary for the electrical division (Division 26), although specific details regarding labor, materials, and quantities have not been filled in. The project is categorized based on design status, ranging from no design completed to final design. Key financial components include total labor and materials, subcontractor overhead, profit margins, and Oklahoma state sales tax, all of which are currently indicated as zero, suggesting preliminary estimations. The file appears to serve as an internal tool for evaluating construction costs related to federal RFPs or grants, supporting budgetary decisions and project planning. As such, careful tracking of labor and material costs, as well as compliance with local regulations, is critical for ensuring the project aligns with federal standards and local expectations. This document provides a systematic approach for cost assessment in government-related construction initiatives.
    This document outlines the Instructions, Conditions, and Notice to Offerors for a federal Request for Proposal (RFP). The primary goal is to guide Offerors in preparing compliant, complete proposals for government contracts. Key elements include submission requirements, proposal organization, and evaluation criteria. Proposals must be submitted electronically by August 15, 2025, and should avoid classified information. A site visit is scheduled for July 10, 2025, requiring adherence to security protocols for access to Vance Air Force Base. The proposal comprises four volumes: Price, Technical, Past Performance, and Contract Documentation. Each volume has specific requirements, such as demonstrating price reasonableness in Volume I, detailing technical approaches in Volume II, and providing recent, relevant performance data in Volume III. Additionally, the contract documentation in Volume IV must include properly completed forms and exceptions to the solicitation if applicable. Each Offeror is explicitly instructed to clearly convey their approach, past experience, and team structure, ensuring that all submissions are factual and meet specified requirements. Notably, proposals exceeding page limits will not be evaluated, signifying the importance of clarity and brevity in submission. The document ultimately emphasizes compliance, structure, and the importance of presenting credible pricing and performance metrics for contract consideration.
    This document outlines the evaluation factors for award in a total HUBZone set-aside solicitation, utilizing a subjective tradeoff source selection process where past performance is prioritized over cost. Proposals are assessed for compliance with terms and technical requirements, with all technically acceptable offers considered equal. The evaluation includes ranking offers by Total Evaluated Price (TEP) and a pass/fail assessment of technical acceptability across two subfactors: Technical Approach and Project Management. For the Technical Approach, offerors must demonstrate comprehension of the Statement of Work (SOW) requirements and outline equipment acquisition plans if necessary. The Project Management subfactor necessitates the identification of key personnel and their relevant experience in similar construction projects. Rating must be “Acceptable” for all subfactors to be considered for contract award. Following the technical review, past performance evaluations will assess the offeror’s history in completing relevant projects within the last five years, yielding a confidence rating to gauge future performance expectations. The ultimate contract award may favor a higher-priced offer if it promises better value, as evaluated against the lowest-priced technically acceptable option. The document emphasizes the importance of compliance, capability, and past performance in the bidding process.
    The government solicitation FA302925R0010 is a request for proposals (RFP) focused on the construction project titled "Create Fighter Bomber Fundamentals F183" at Vance AFB, Enid, Oklahoma. The project aims to perform mechanical, electrical, fire, and interior upgrades to Facility 183, enhancing spaces for Fighter Bomber training. The solicitation is specifically designated as a 100% HubZone set-aside, and the estimated project magnitude ranges between $1,000,000 and $5,000,000, classified under NAICS code 236220. Interested bidders should submit sealed offers, complete with any required performance and payment bonds, by July 2, 2025, with a notice to proceed anticipated by mid-August 2025. The project incorporates strict guidelines on materials, labor standards, and compliance with regulatory requirements. Given the unavailability of funds at present, no awards will be made until funding is secured. The notice underscores the importance of timely project initiation and the government's discretion to cancel the solicitation at any point. Overall, this document serves as a crucial framework for contractors interested in participating in the development of military training facilities.
    This document serves as an amendment to a federal solicitation, extending the deadline for offers and outlining the acknowledgment process for the amendment. Offerors are required to confirm receipt of this amendment to avoid the risk of offer rejection. The document includes sections for modifying existing contracts and describes how changes can be made. The primary purpose of the amendment is to introduce additional attachments, specifically a "Questions and Answers" document and a "Sign-in Sheet", while affirming that all other terms of the original solicitation remain unchanged. The amendment is issued by the 71st Flying Training Wing at Vance Air Force Base and identifies key contacts for further inquiries. This amendment exemplifies standard procedures in government contracting, ensuring clarity and compliance following federal guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project, identified as FP1023093, involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil by January 5, 2026, at 10:00 AM, with quotes valid for 60 days. Interested vendors must also ensure their registration with the System of Award Management (SAM) is current and complete necessary vendor paperwork prior to award.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    P530 Aircraft Intermediate Maintenance Facility, Kadena Air Base
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Japan District, is conducting a Sources Sought Market Survey for the P530 Aircraft Intermediate Maintenance Facility project at Kadena Air Base, Okinawa, Japan. This Design-Bid-Build (DBB) construction project aims to build an intermediate maintenance facility to support the Aircraft Intermediate Maintenance Detachment (AIMD), with an estimated project magnitude between $25 million and $100 million. The facility is crucial for enhancing operational efficiency and safety in aircraft maintenance, adhering to various building codes and standards, including fire protection and anti-terrorism measures. Interested local firms must respond by 2:00 PM Japan Standard Time on January 15, 2026, and are required to be registered in the System for Award Management (SAM) and possess necessary construction licenses from the Government of Japan. For further inquiries, contact Erica Stiner at erica.j.stiner@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.
    Facility Maintenance Contract IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.