QYZH 108002 Repair Dorm B2422
ID: FA489725B0002Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF TROOP HOUSING FACILITIES (Z2FC)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of Dormitory B2422 at Mountain Home Air Force Base in Idaho. The project involves comprehensive construction services as outlined in the project scope, specifications, and drawings, with an estimated contract value between $5 million and $10 million. This repair work is crucial for maintaining troop housing facilities, ensuring a safe and functional living environment for personnel. Interested contractors should contact Natasha Lizama at natasha.lizama.1@us.af.mil or call 208-828-0311 for further details, noting that the solicitation has undergone several amendments affecting bid due dates and site visit arrangements.

    Point(s) of Contact
    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.
    Similar Opportunities
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    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.
    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.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.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.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.