Combined Synopsis Solicitation for Portable Office Space in Guam
ID: FA4452CSSforPOSType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4452 763 ESSSCOTT AFB, IL, 62225-5020, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF MISCELLANEOUS BUILDINGS (X1JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of Portable Office Space (POS) in Guam to support the Mobility Guardian 2025 exercise. The requirement includes the mobilization and demobilization of ten double-wide trailers—nine at Andersen Air Force Base and one at Antonio B. Won Pat International Airport—fully operational by July 6, 2025, and available for use until August 4, 2025. These trailers must be equipped with essential infrastructure, including power, heating, cooling, safety features, and furnishings, while ensuring compliance with military operational standards and safety regulations. Interested vendors must submit their proposals in accordance with the guidelines outlined in the solicitation, with all communications directed to the designated contacts, John Hughes and Lauren Thoele, by the specified deadlines.

    Files
    Title
    Posted
    The government file outlines a Statement of Work for the provision of Portable Office Space in Guam, specifically for the Mobility Guardian 2025 Exercise. The contract requires nine double-wide trailers at Andersen Air Force Base and one at Antonio B. Won Pat International Airport, both operational from July 6 to August 4, 2025. The trailers must include all necessary infrastructure such as adequate power, heating, cooling, safety features, and furnishings (desks, chairs, a microwave, and a refrigerator). Vendors are responsible for mobilization and demobilization, coordination with airfield security, and ensuring the structures can withstand adverse weather conditions. They must provide generators for power continuity and comply with base security policies, including obtaining necessary clearances for personnel accessing the airfield. Delivery timelines and schedules are critical, with penalties for delays. Additionally, the vendors will be held accountable for equipment condition, including reporting damages post-demobilization. This document serves as a request for proposals (RFP) aimed at ensuring that the logistical needs of the U.S. military operations in Guam are met efficiently, emphasizing compliance with operational standards and safety regulations.
    The document is a combined synopsis/solicitation for leasing portable office spaces (POS) in Guam, under solicitation number FA445225Q0009. It is structured as a Request for Quotation (RFQ) and follows Federal Acquisition Regulation (FAR) guidelines. The solicitation specifies that the Government reserves the right to cancel it without financial repercussions for bidders. It is intended for small businesses under the NAICS code 531120. Vendors must be registered in the System for Award Management (SAM) for their quotes to be considered. The RFQ includes detailed instructions for submitting proposals, including a requirement for a three-page specification of proposed facilities. Evaluation criteria focus on price and technical acceptability, with quotes ranked from lowest to highest. The document outlines two main items for rental: a double-wide trailer at Won Pat International Airport and another at Andersen Air Force Base, each for a 30-day period. The award will be made based on pricing and technical evaluation adherence to the specifications. All communication must be directed to designated personnel before specified deadlines. Overall, the document emphasizes the importance of compliance with submission requirements and best pricing in the bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Construction Materials
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice to identify potential sources for providing construction materials for the 356th Expeditionary Theater Support Group, located in Yigo, Guam. The procurement encompasses a wide range of materials, including electrical components, drywall, plumbing fixtures, and general hardware, which are essential for various construction and infrastructure projects. Interested contractors must be registered in the System for Award Management (SAM) database and submit a capabilities package by November 18, 2025, at 1500 Chamorro Standard Time to Ryan Baudouin at ryan.baudouin@us.af.mil. For further inquiries, contractors are encouraged to follow up via telephone at 671-689-2961.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is soliciting proposals for the construction of Phase II of the Consolidated Headquarters project at Naval Support Activity Marine Corps Base Guam. This project entails the construction of a secure space that includes architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million. The contract is open to U.S. prime contractors and requires all personnel to possess a valid Top Secret clearance. Interested firms must submit necessary certifications and non-disclosure agreements to gain access to the Request for Proposal (RFP), which is expected to be released around November 17, 2025. For further inquiries, contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464.
    SOURCES SOUGHT NOTICE FOR HVAC DIRECT DIGITAL CONTROL (DDC) PANEL CONTROLLER
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey for potential suppliers of an HVAC Direct Digital Control (DDC) Panel Controller. The procurement aims to acquire a brand name product that meets specific performance and certification requirements, including features such as a compact IoT controller, integrated control capabilities, and robust security measures, all comparable to the Tridium Niagara JACE Controller. This equipment is crucial for the FY25 Military Construction project at Andersen Air Force Base in Guam, which necessitates advanced control and monitoring functionalities for HVAC systems. Interested vendors must submit detailed technical data to Ms. Carly Essex via email by November 27, 2025, at 2:00 P.M. H.S.T., as late submissions will not be considered.
    Military Sealift Command VERTREP Pacific Detachment A
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking contractors for the Military Sealift Command VERTREP Pacific Detachment A, a presolicitation opportunity for a full and open competition. The contractor will be responsible for providing a two-helicopter detachment, including aircraft, support equipment, and personnel, to conduct ship-based and shore-based Vertical Replenishment (VERTREP) operations for the U.S. Pacific Fleet, operating 365 days a year to support Combat Logistics Force ships. This contract is critical for maintaining logistical support and operational readiness for the SEVENTH and FIFTH Fleet requirements worldwide, with anticipated performance in Guam. Interested parties should note that the solicitation is expected to be released on November 14, 2025, with responses due by December 15, 2025; for further inquiries, contact Jim Ellis at james.p.ellis54.civ@us.navy.mil or call 564-226-4573.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Buyer not available
    The Department of Defense, through the Department of the Army, 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 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 and active in SAM.gov and PIEE to access the necessary specifications and drawings, which contain controlled unclassified information. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to submit their proposals in accordance with the outlined requirements by the specified deadlines.
    J&A - 36 LRS Supply and Transportation Management BRIDGE Action
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "J&A - 36 LRS Supply and Transportation Management BRIDGE Action" opportunity. This procurement involves logistics support management services, aimed at enhancing supply and transportation management capabilities. Such services are critical for maintaining operational efficiency and readiness within military logistics operations. Interested parties can reach out to MSgt Xavier S. Robertson at xavier.robertson@us.af.mil or by phone at 671-366-1996, or TSgt Brian Brammer at brian.brammer@us.af.mil or 671-366-3686 for further details. Additional information can be found in the attached documentation.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    Dismantle and Package Canvas Mobile Shelter System for Disposal
    Buyer not available
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a qualified contractor to dismantle and package a 40’ x 60’ x 28’ canvas mobile shelter system for disposal. The contractor will be responsible for providing all necessary labor, equipment, tools, and materials to complete the dismantling and packaging process, ensuring compliance with federal, state, and OSHA requirements. This procurement is critical for maintaining operational efficiency at the shipyard, which supports various U.S. Navy vessels and activities in the Pacific. The contract, valued at up to $19 million, is set aside for small businesses, with quotes due by November 21, 2025, and a tentative performance period from December 15, 2025, to January 31, 2026. Interested parties should contact Reid Saito or Evangeline Calaustro for further information.
    Request for Lease Proposal (RLP) LI-14305 of Approximately 25,778 Square Meters of Climate Controlled Warehouse and Maintenance Shop, Exterior Laydown and Parking Areas in Subic Bay Metropolitan Authority Freeport Area Republic of the Philippines.
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting lease proposals for approximately 25,778 square meters of climate-controlled warehouse and maintenance shop space, including exterior laydown and parking areas, located within the Subic Bay Metropolitan Authority Freeport Area in the Republic of the Philippines. The lease is intended to support the storage and maintenance of vehicles and equipment for around 63 personnel, with a preference for the space to be ready for beneficial occupancy by September 30, 2026. This procurement is critical for ensuring operational efficiency and compliance with U.S. Department of Defense standards. Interested offerors must submit their proposals by November 14, 2025, at 11:59 PM Hawaii Standard Time, and can direct inquiries to Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Barbara Buckhalter at barbara.buckhalter@salasobrien.com.
    Military Sealift Command VERTREP Pacific Detachment B
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking contractors for the Military Sealift Command VERTREP Pacific Detachment B, aimed at establishing a ship-based and/or shore-based Vertical Replenishment (VERTREP) operations program. The procurement involves providing a two-helicopter detachment, including five pilots and three maintainers, along with necessary support equipment for year-round deployment on Combat Logistics Force ships, primarily for the SEVENTH and FIFTH Fleet requirements. This contract is crucial for ensuring effective logistics and replenishment operations in support of military missions, with a Firm-Fixed-Price structure anticipated for a one-year base period and four one-year options. Interested parties should note that the Request for Proposal (RFP) is expected to be released on November 14, 2025, with a closing date of December 15, 2025, and an anticipated award date in February 2026. For further inquiries, contact Jim Ellis at james.p.ellis54.civ@us.navy.mil or call 564-226-4573.