Combo Presolicitation Notice/Sources Sought - Repair Dorm B2422
ID: FA489725B0002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4897 366 FAS PKPMOUNTAIN HOME AFB, ID, 83648-5296, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF TROOP HOUSING FACILITIES (Z2FC)
Timeline
    Description

    The Department of Defense, through the 366th Contracting Squadron, is seeking contractors for the renovation of Dormitory B2422 at Mountain Home Air Force Base in Idaho. The project involves the demolition of outdated mechanical and electrical systems, the construction of a new mechanical addition, and the installation of modern electric boilers and fire suppression systems, with an estimated contract value between $5 million and $10 million. This renovation is crucial for addressing aging infrastructure issues, including fire alarm failures and safety compliance, ensuring a safe and modern living environment for future occupants. Interested contractors must submit their qualifications and express interest by March 19, 2025, with an Invitation for Bid anticipated to be issued on April 15, 2025, and project completion expected within 540 days post-award. For further inquiries, contact Natasha Lizama at natasha.lizama.1@us.af.mil or the Construction Acquisition Flight at 366CONS.PKB.Construction@us.af.mil.

    Point(s) of Contact
    Construction Acquisition Flight
    366CONS.PKB.Construction@us.af.mil
    Files
    Title
    Posted
    The document presents a Justification and Approval (J&A) for other than full and open competition concerning the procurement of facility fire alarm panels for the United States Air Force. It notes that the acquisition is necessary due to a limited number of responsible sources fulfilling specific brand requirements. The estimated contract cost is approximately $14.8 million, supporting the purchase of about 20,864 units, essential for operations until 2026. The J&A highlights the benefits of standardization, including reduced training costs and enhanced maintenance efficiency, which are projected to save the Air Force $22 million over five years. Historical challenges stemming from previous procurements have led to inefficiencies in training and operational effectiveness. The approval will streamline future acquisitions, mitigate training redundancies, and maintain essential expertise among technicians. Moreover, market research indicated no vendor interest in alternatives, reinforcing the necessity for this acquisition strategy. Overall, the J&A advocates for a focused and strategic procurement approach to enhance capabilities while optimizing costs, directly aligned with national objectives for cost-effective management of defense resources.
    The U.S. Government requires construction services for the renovation of Dormitory B2422 at Mountain Home Air Force Base. The project, set to span 540 days from the Notice to Proceed, involves demolishing outdated mechanical and electrical equipment, constructing a new mechanical addition, and installing new electric boilers and fire suppression systems. The facility, built in the 1960s, faces challenges with aging infrastructure, including fire alarm failures and congested mechanical spaces due to past modifications. Contractors are tasked with complete project execution per the provided design analysis and specifications, emphasizing compliance with safety and environmental regulations, including handling hazardous materials like asbestos and lead-based paint. The contractor must maintain a clean, safe work environment and ensure regular inspections and reports throughout the project duration. Key requirements include submitting a comprehensive work schedule, coordinating with base personnel for environmental testing, and ensuring all work adheres to safety codes. Ultimately, the project aims to modernize facility systems while maintaining operational standards and safety protocols for future dormitory occupants.
    The document outlines a Statement of Work (SOW) for a design-build project focused on repairing the structural and fire suppression systems of Hangar 211 at Mountain Home Air Force Base, Idaho. The contract requires the contractor to perform in situ structural repairs on bowstring trusses without removing their bottom chords, utilizing original design documentation as a basis. It specifies various structural repair methods, including Retroshear® Panels and Retroten® Reinforcement, aimed at restoring the integrity of timber and connections. Additionally, the contractor must comply with numerous military standards and codes concerning fire protection and structural integrity during design and construction. The project spans 24 months, allowing for design and construction phases, and encompasses work on fire safety systems, electrical installations, and historical preservation of Hangar 211. The SOW details the submission schedule for design phases, reporting requirements, and coordination practices with government entities, emphasizing quality control and safety adherence throughout execution. Overall, it reflects the government's commitment to maintaining and upgrading military infrastructure while adhering to strict regulations.
    The 366th Contracting Squadron at Mountain Home Air Force Base (MHAFB), Idaho, is issuing a Pre-Solicitation Notice and Request for Information (RFI) for a construction project aimed at repairing Dormitory 2422. This initiative includes the demolition of outdated mechanical and electrical equipment, installation of new systems, and upgrades to fire safety measures, with an estimated project value between $5 million and $10 million. The RFI seeks to gauge the interest and capabilities of small businesses, particularly those in various designated categories such as Small Disadvantaged and Women-Owned Small Businesses, to ensure adequate competition. Interested firms must provide their qualifications and interest in bidding by March 19, 2025. The anticipated timeline includes the issuance of an Invitation for Bid (IFB) on April 15, 2025, with completion expected within 540 days post-award. Environmental hazards like asbestos and lead paint are noted, necessitating compliance with safety standards. This RFI is critical for the government’s acquisition planning and aims to engage a diverse group of contractors in the upcoming bidding process.
    The Combined Notice from the 366th Contracting Squadron outlines a pre-solicitation for a design-build project to repair Hangar 211 at Mountain Home Air Force Base in Idaho. The repairs will address structural deficiencies and upgrade fire suppression systems, aligning with the National Historic Preservation Act as the hangar is a historic property. This notice serves as a Request for Information (RFI) to gauge interest from small businesses, including various small business programs (SDB, HUBZone, SDVOSB, WOSB). The project, estimated between $15 million and $20 million, has a performance period of 24 months, split between 6 months for design and 18 months for construction. Interested small businesses must respond by February 3, 2025, providing their qualifications and expressing interest in the contract. The solicitation aims to stimulate competition among small contractors and maintain compliance with federal regulations. Interested firms must be registered in SAM.gov to be eligible for bidding. The anticipated timeline includes issuing the initial invitation for bid (IFB) by February 28, 2025. Responses and inquiries should be directed to the specified contacts at Mountain Home AFB.
    The U.S. Air Force is issuing a Pre-Solicitation Notice and Request for Information (RFI) regarding the repair of Hangar 211 at Mountain Home Air Force Base, Idaho. The project, designated FA489725B0002 (QYZH 17-0018), is estimated to cost between $15 million and $20 million and will take 24 months to complete, including 6 months for design and 18 months for construction. The work involves significant structural repairs, replacement of old fire suppression systems with an automated sprinkler system, electrical upgrades, and providing modular office trailers. The government seeks interest and capability information specifically from the small business community, including categories such as Small Disadvantaged Businesses, HUBZone, SDVOSB, and Women-Owned Small Businesses. The purpose is to ensure adequate competition for the upcoming two-step Invitation for Bid (IFB). Interested firms must respond by February 3, 2025, to be eligible for contracting opportunities. Contact details for the contracting officer and specialist are provided for further inquiries. This initiative underscores the commitment to preserving historical properties while upgrading essential infrastructure and ensuring compliance with federal regulations.
    Lifecycle
    Similar Opportunities
    Renovate Restrooms, Gunfighter Club
    Buyer not available
    Presolicitation DEPT OF DEFENSE is planning to renovate restrooms at the Gunfighter Club located in Mountain Home AFB, ID. The project involves demolishing walls, concrete floor, partitions, fixtures, and accessories in the existing restrooms. The restrooms to be renovated include the main facility restrooms and the lounge restrooms. The renovation will include reconfiguring the restrooms to provide ADA accessibility and installing new fixtures, partitions, accessories, and finishes. Plumbing/piping will also be repaired/replaced and reconfigured to suit the new layout. The project is a 100% Small Business Set-Aside with a contract period of 90 days for the main facility restrooms and 60 days for the lounge restrooms. The estimated project cost is between $100,000.00 and $250,000.00. Interested parties must be registered with the System for Award Management (SAM) and can find the solicitation on the Federal Business Opportunities (FBO) website.
    Elevator Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide elevator maintenance services at Mountain Home Air Force Base in Idaho. The procurement includes comprehensive maintenance, repair, and inspection of vertical transportation equipment, ensuring compliance with ASME and OSHA standards, and requires the development of a Maintenance Control Program. This contract is critical for maintaining operational safety and efficiency of the base's elevator systems, with a performance period from April 17, 2025, to April 16, 2030, including four option years. Interested contractors must submit their quotations by 10:00 AM MST on February 27, 2025, and can direct inquiries to Andrew Portz or Jaclyn Fish via their provided email addresses.
    Demolition Bldg. 404, Offutt AFB, NE
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors for the demolition of Building 404 at Offutt Air Force Base in Nebraska. This project involves the complete removal of all structural and non-structural components, with potential requirements for asbestos and lead remediation. The contract, which is set aside for small businesses, has a budget ranging from $1,000,000 to $5,000,000 and is expected to be completed within 180 days. Interested contractors must be registered in the System for Award Management (SAM), with the Invitation for Bid (IFB) anticipated to be published no earlier than March 19, 2025, and closing around April 18, 2025. For further inquiries, contractors can contact Blaine Terry at blaine.terry.2@us.af.mil or by phone at 402-232-2517.
    Z--NIFC 210 RMP Insulation Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
    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 proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further information.
    137th SOW - Building 1040 Repair / Renovation Solicitation
    Buyer not available
    The Department of Defense, specifically the Oklahoma Air National Guard's 137th Special Operations Wing, is seeking contractors for the renovation and repair of Building 1040 at Will Rogers Air National Guard Base in Oklahoma City. The project encompasses extensive interior renovations, including upgrades to mechanical, electrical, and fire suppression systems, as well as the installation of new flooring, wall finishes, and security features, all while adhering to strict safety and quality standards. This initiative is crucial for enhancing operational capabilities and ensuring compliance with federal regulations, reflecting the government's commitment to maintaining its military infrastructure. Interested contractors should note that the project is set aside for small businesses, with a budget estimated between $5 million and $10 million, and bids are due by February 27, 2025. For further inquiries, potential bidders can contact Maj Ryan Moehle at ryan.moehle@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    VGLZ199555 Repair Fire Station Foundation Bldg. 859
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the repair of the foundation of Fire Station Building 859 at Selfridge Air National Guard Base in Michigan. The project, estimated to cost between $1 million and $5 million, involves addressing structural damage caused by settling issues, including the installation of helical piles, slab jacking, and extensive renovations to restroom facilities. This initiative is crucial for ensuring the safety and durability of the fire station, with construction anticipated to take place in 2025-2026. Interested parties, particularly small businesses, must submit expressions of interest by March 21, 2025, and can contact Steven Stocking at steven.stocking.2@us.af.mil or Anna Randall at anna.randall.1@us.af.mil for further details.
    Repair Drainage and Outfalls
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is issuing a Request for Proposal (RFP) for the Repair Drainage and Outfalls project at Malmstrom Air Force Base in Montana. This firm fixed-price contract aims to replace and repair storm drainage facilities, requiring contractors to supply all necessary personnel, equipment, and materials to fulfill the project specifications. The initiative is crucial for maintaining infrastructure integrity and environmental compliance, with an estimated contract value between $1 million and $5 million, set aside for total small businesses. The RFP is expected to be released on or after March 10, 2025, with a closing date around April 11, 2025, and a performance period of 180 days following the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    MAF Lagoon Electrical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the MAF Lagoon Electrical project at Malmstrom Air Force Base (AFB) in Montana. The objective of this procurement is to provide 208V 3 Phase Power to the Missile Alert Field Lagoons, with the contract being a firm fixed price arrangement. This project is crucial for ensuring the operational readiness and functionality of the electrical systems at the base. Interested contractors, particularly small businesses, should note that the solicitation number is FA4626-25-R-0006, with proposals expected to be available by March 10, 2025, and a closing date around April 11, 2025. The estimated contract value ranges from $250,000 to $500,000, and contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, interested parties can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.