Robins AFB LCMC/EBUG Lab Wall and Flooring Renovation
ID: FA850125Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8501 OPL CONTRACTING AFSC/PZIOROBINS AFB, GA, 31098-1672, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

OFFICE FURNITURE (7110)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Air Force, is seeking qualified contractors for the renovation of the LCMC/EBUG Lab at Robins Air Force Base in Warner Robins, Georgia. The project involves the installation of DIRTT walls and luxury vinyl tile flooring, including the removal of existing flooring and the integration of electrical services, to create a new additive manufacturing lab. This procurement is significant as it aims to enhance operational readiness and efficiency within the Air Force's facilities, utilizing modern construction solutions that comply with federal standards. Interested small businesses must submit their proposals within ten business days following a mandatory site visit, with the anticipated award date around mid-February. For further inquiries, contractors can contact Christopher Spina at christopher.spina@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be an incomplete PDF viewer message, indicating that the contents cannot be displayed properly without the correct software. There is no substantive information provided regarding federal government RFPs, federal grants, or state and local RFPs. Consequently, there are no identifiable topics, key ideas, or supporting details to summarize. The file does not present any direct information about government processes or proposals. Therefore, without accessible content, it is impossible to analyze the main topic or purpose related to government funding or procurement. The overall intent of the original document remains ambiguous due to technical issues preventing content access.
    The document in question appears to be an inaccessible PDF file, failing to display its contents. Given no substantive information is available, a summary of its main topic or purpose cannot be provided. Typically, government files related to RFPs (Requests for Proposals) and federal grants address funding opportunities, project specifications, application procedures, and eligibility criteria for various government-sponsored initiatives. Such documents often include timelines, budget guidelines, and evaluation processes. If the original content were available, the analysis would focus on key ideas, central topics, and the intended outcomes while ensuring adherence to government protocols and requirements. However, without access to the complete document, a meaningful summary is unattainable.
    The document appears to be a technical notice indicating an inability to display its contents, potential issues with the PDF viewer, and links to upgrade options for Adobe Reader. It suggests that users may be unable to access the information within the file due to compatibility problems with their software. The emphasis is on the need for users to ensure they have the latest version of Adobe Reader to view the document properly. As such, the main topic is centered around technical assistance for accessing government files, which is relevant to the context of federal and state RFPs, grants, and other government-related documents. The file does not contain substantive details about RFPs or grants as it is primarily focused on resolving technical issues related to document accessibility.
    The document is currently unavailable for analysis as it appears to be a placeholder message related to the requirements for accessing a PDF file. Efforts to read and summarize the actual content cannot proceed until the appropriate document is accessible. The inability to retrieve the necessary information hinders the ability to identify the main topic, key ideas, and the overall structure for creating an informed summary. Once the relevant document is provided, a thorough review and a comprehensive summary will be developed based on its content.
    The Statement of Work (SOW) for the EBU Lab Wall project at Robins Air Force Base outlines the requirements for installing DIRTT walls and flooring to create a new additive manufacturing lab. The project entails the removal of existing flooring, installation of LVT flooring and DIRTT walls, and associated power connections. Contractors must conduct a site visit within five days of the RFP release and submit proposals within ten business days. Specific product types, materials, and design specifications are detailed, including expectations for movable and demountable walls and the finishes to be used. The SOW emphasizes project management responsibilities, ensuring compliance with regulations, safety protocols, and customer satisfaction. Key deliverables include engineering designs, final inspection records, and environmental safety plans. The contractor must also facilitate a smooth delivery and installation process while adhering to timelines and quality control measures. Overall, the document serves to guide the contracting process, ensuring that all work is performed to the standards expected by the Air Force, thereby supporting operational readiness and efficiency.
    The document addresses inquiries related to the renovation project specified in the Request for Proposal (RFP) FA850125Q0009. It focuses on obtaining site-specific details crucial for planning the demolition and replacement of existing walls and floors. Two main questions are posed: first, the request for photographs of the current walls and floors slated for removal, and second, images of electrical outlets that fall within the renovation scope. Both inquiries refer to paragraph 2.0 of the Statement of Work (SOW), which outlines the need for scheduled site visits and identifies Captain Calvin Garcia as the Point of Contact (POC) for additional information, with his email and phone number provided. The primary purpose of the document is to support potential contractors in understanding project requirements and facilitating site visits to gather necessary information for their proposals. This aligns with the overarching context of federal RFPs, which aim to invite qualified entities to submit bids for government contracts, ensuring transparency and compliance with established guidelines.
    The document FA850125Q0009 consists of questions and answers related to a federal Request for Proposals (RFP) for renovation work. It primarily addresses inquiries about existing site conditions requiring renovation, specifically the removal and replacement of walls and floors, and the inclusion of electrical outlet modifications in the project scope. The government’s point of contact, Captain Calvin Garcia, is provided for interested parties to schedule site visits as referenced in the Statement of Work (SOW). Additionally, the document clarifies that no cost estimates or definite start dates for the project are available, with the anticipated award date around mid-February, marking the beginning of the project period upon contract award. This RFP emphasizes the importance of vendor communication with government representatives for clarifying project scope and requirements prior to bidding.
    The document pertains to a specific component of an RFP related to the "Sliding Door" segment within a DIRTT wall system. It focuses on the integration of this sliding door feature into modular construction solutions emphasized by DIRTT's innovative approach to framing and interior spaces. The accompanying wall section outlines technical specifications, potential applications, and functionality aspects of the sliding door, highlighting its role in enhancing flexibility and design within both federal and local construction standards. This summary is crucial for understanding how the DIRTT wall system can cater to modern architectural needs while adhering to government procurement processes, ensuring compliance with relevant regulations and facilitating efficient project execution.
    The document outlines a Single Source Justification for a sole source contract regarding the remodel of the LCMC/EBu conference area, specifically requiring movable demountable walls and luxury vinyl tile flooring. The agency seeks DIRTT Construction products due to their compatibility with existing furnishings and structural specifications. To ensure uniformity, the choice of DIRTT products is critical since alternatives do not meet interchangeability standards. Market research revealed multiple small businesses capable of providing DIRTT products, leading to a strategy whereby the procurement will be set aside for small businesses. The acquisition is restricted to these companies, and a combined synopsis/solicitation will be posted on SAM.gov. The document emphasizes the contracting officer's determination that only a single source meets the requirements and outlines future efforts to seek competition for similar needs through continuous market evaluation. This justification aligns with government procurement regulations, specifically FAR guidelines for limited competition in cases where unique requirements dictate a particular brand's necessity. Overall, the document reflects the agency's intent to balance compliance and efficiency while promoting small business participation in government contracting.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for providing commercial products and services, specifically focusing on the installation of movable walls and vinyl flooring at the LCMC EBUG Lab at Robins Air Force Base. Key information includes requisition and contract numbers, solicitation details, and contact information. The solicitation specifies the delivery of DIRTT construction materials, electrical services, and related installation for moveable walls. Each line item provides details such as the product service code, quantity, pricing, and delivery schedule, emphasizing a firm fixed price arrangement. Moreover, the document outlines inspection and acceptance procedures, payment terms via Wide Area Workflow (WAWF), and various federal acquisition regulations governing the contract, crucial for ensuring compliance and standard operating procedures. The purpose of this solicitation is to foster competition among women-owned businesses and enhance federal procurement opportunities while adhering to established guidelines, thereby facilitating quality service delivery in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BLDG 229N SCIF DOOR REPLACEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of a SCIF-rated vault door at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide a secure door, frame, and installation services, ensuring compliance with security and safety regulations, with a completion timeline of 16 weeks post-award. This procurement is significant for maintaining the integrity of sensitive information and operational security within military facilities. Interested parties, particularly Women-Owned Small Businesses, must submit their Request for Quote (RFQ) by March 18, 2025, with a maximum award amount of $45 million. For further inquiries, contact Adam Hudson at adam.hudson.4@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    Repair LRS Warehouse Offices, Add Restroom, B158
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of the Logistics Readiness Squadron (LRS) Warehouse Offices at Columbus Air Force Base, Mississippi, under the project EEPZ239812. The scope of work includes demolishing existing structures, constructing new offices and breakrooms, and adding restroom facilities, with a focus on modern amenities and compliance with health, safety, and environmental regulations. This project is crucial for enhancing the functional workspace for military personnel and is estimated to have a contract value between $500,000 and $1,000,000, with a completion period of 300 days. Interested small businesses must respond to the Sources Sought Announcement by March 20, 2025, providing relevant company information and experience, and can contact TSgt Ranie Boukzam or Daniel Stilts for further details.
    Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design-bid-build construction of an Army Reserve Center and Vehicle Maintenance Shop at Dobbins Air Reserve Base in Marietta, Georgia. The project aims to enhance military infrastructure by constructing modern facilities across a site area of 12.50 acres, with specific requirements for compliance with federal and local regulations, safety protocols, and sustainability measures. The estimated construction cost ranges from $25 million to $100 million, with a project timeline of up to 900 calendar days following the Notice to Proceed. Interested contractors must submit their proposals electronically by the specified deadlines, and a mandatory site visit is scheduled for March 13, 2025. For further inquiries, potential bidders can contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    CAC Enabled Door Locks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of CAC (Common Access Card) Enabled Door Locks at Robins Air Force Base in Georgia. The project requires contractors to furnish all necessary materials, labor, and equipment to design, install, and test a door lock system that accommodates at least 350 users while ensuring compliance with applicable building codes and security protocols. This procurement is significant for enhancing security measures within federal facilities and is set aside for small businesses, with a total funding amount of $25,000,000. Interested parties should direct inquiries to Alycia Carter at alycia.carter.1@us.af.mil or Cory Harris at cory.harris.4@us.af.mil, with proposals due in accordance with the solicitation timeline.
    B1945 Replace Exterior RUBB Liner
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified contractors for the replacement of the RUBB BVE liner at Building 1945 on Shaw Air Force Base in South Carolina. The selected contractor will be responsible for providing all necessary materials, labor, and supervision to complete the project, which includes the removal and disposal of the existing liner in compliance with applicable regulations. This procurement emphasizes the Air Force's commitment to supporting small businesses, as it is set aside for total small business participation under the SBA guidelines. Interested parties should note that the anticipated delivery period for the project spans from April 1, 2025, to January 6, 2026, and are encouraged to contact SSgt James Bridges at james.bridges.6@us.af.mil or 803-895-5092 for further details regarding the solicitation process.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.
    Parts Washers Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking market research contributions for a Parts Washers Service at the Warner Robins Air Logistics Complex and Robins Air Force Base in Georgia. This five-year contract involves servicing 45 parts washers, including both government-owned and leased units, while ensuring compliance with federal and state environmental regulations. The initiative is crucial for maintaining operational efficiency and environmental safety within the military installation, with a focus on rigorous quality management and personnel training. Interested contractors must submit their capability documentation by March 21, 2025, and can reach out to Kerri Fox at kerri.fox@us.af.mil or Teresa Duval at teresa.duval@us.af.mil for further information.
    78th SFS-Vindicator Alarm System
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of a Honeywell Vindicator Intrusion Detection System at the 78th Security Forces Squadron Armory located on Robins Air Force Base in Georgia. This procurement encompasses all necessary labor, supervision, equipment, and materials required for the installation, along with associated training and testing deliverables, emphasizing compliance with federal regulations and security standards. The project is critical for enhancing security measures at the facility, ensuring operational effectiveness and adherence to Department of Air Force guidelines. Interested small businesses must submit their proposals by the specified deadlines, with a total contract value estimated at $25,000,000, and are encouraged to contact Nicole Fields or Michele Watts for further information.