Addition/Repair Medical Training Facility, B3120, Eglin Air Force Base, FL
ID: W912QR-51061297Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the addition and repair of the Medical Training Facility B3120 at Eglin Air Force Base, Florida. The project involves constructing an addition that includes a concrete foundation, steel frame, HVAC systems, and a 40-car parking area, aimed at enhancing training and administrative functions for military personnel. This facility upgrade is crucial for improving operational efficiency and readiness within military medical training environments. Interested contractors must submit their proposals by July 23, 2025, with a project budget estimated between $1,000,000 and $5,000,000. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) seeks a Class Justification and Approval (J&A) for Other than Full and Open Competition regarding construction contracts that necessitate brand name or equal references for interior finishes. These brand name specifications are essential for conveying aesthetic requirements like colors and textures for architectural integrity in facilities. The estimated costs for these projects from FY 22 to FY 26 amount to a substantial total, with interior finishes representing approximately 3.35% of overall construction costs validated through various assessments. The J&A reflects compliance with 10 U.S.C § 3204(a)(1) and aims to ensure effective communication of design intent without restricting competition. In-depth market research confirmed support from manufacturers regarding the inclusion of specific brand references, which facilitate clarity in design while preserving competitive opportunities. It concludes that using a comprehensive design basis is vital for effective construction management and aesthetic quality, aligning with government procurement standards for maximum control over design and ensuring the successful execution of interior design projects.
    The document outlines the certified final plans for the addition and repair of the Reserve Component Medical Training Facility B3120 at Eglin Air Force Base, managed by the U.S. Army Corps of Engineers. It includes an index of drawings detailing crucial aspects such as structural, civil, mechanical, electrical, and architectural designs integral for project execution. Key components of the project cover life safety narratives, building code analyses, demolition plans, utility profiles, and environmental considerations. The document specifies compliance with various codes and standards, including the International Building Code, National Fire Protection Association regulations, and Unified Facilities Criteria. Significant attention is placed on life safety, occupant load calculations, fire suppression requirements, and emergency management, underscoring the facility’s preparedness. Also highlighted are the necessary permitting and coordination with utility services to ensure uninterrupted operations during construction. Overall, this document serves as a comprehensive guide for the project, ensuring compliance with federal regulations while emphasizing health and safety in construction practices.
    The document outlines the Solicitation for Multiple Award Task Order Contracts (MATOC) by the U.S. Army Corps of Engineers, focusing on the Addition and Repair of the Medical Training Facility B3120 at Duke AFS, Eglin AFB. It details the procurement requirements and amendments to the original contract, specifically replacing all specifications and drawings with a Certified Final Design, with proposals due on July 15, 2025. The MATOC supports military construction and operations for U.S. Army and Air Force programs in the Southeast Region. Key points include the responsibilities of contractors regarding preconstruction activities, coordination for furniture installation, and maintaining accurate as-built documentation. Additionally, it mandates a warranty period, specifies required safety and environmental compliance, and emphasizes the importance of coordination during the installation of furniture and IT/Telecom equipment. The document serves as an essential guide for contractors to fulfill their obligations accurately and abide by regulatory standards, reflecting the government's focus on efficient and compliant construction practices within military facilities.
    The document outlines the solicitation for Multiple Award Task Order Contracts (MATOC) for the U.S. Army Corps of Engineers, focusing on the design-build specifications for the addition and repair of the Medical Training Facility B3120 at Duke Air Force Base, Eglin AFB, with a completion target by July 2025. It specifies a range of requirements, including procurement and contracting protocols, general and special requirements, existing condition assessments, and detailed specifications across multiple divisions (e.g., concrete, metal fabrication, plumbing, mechanical, and electrical systems). The document establishes criteria for construction quality, submittal procedures, material standards, and safety protocols, emphasizing the use of sustainable materials with recycled content. In addition, it discusses methods for ensuring compliance with safety and building standards. This RFP represents a strategic effort to modernize military medical facilities while adhering to rigorous federal construction guidelines, thus enhancing military readiness and capabilities.
    The file presents a solicitation for the Addition Repair Component Medical Training Facility B3120 at Duke Air Force Station and Eglin Air Force Base, issued by the U.S. Army Corps of Engineers. It details the requirements for a design-bid-build contract, particularly focusing on the Furniture, Fixtures, and Equipment (FFE) necessary for the facility. The document outlines specifications for various rooms, indicating the exact needs for furnishings and equipment across spaces including exam rooms, lobbies, and administrative areas. A clear point of contact list for project management, coordination, and interior design is included, ensuring effective communication among involved parties. The document also includes detailed data sheets for each item, such as ergonomic task chairs, desks, and filing cabinets, along with their respective quantities and specifications. The layout and design considerations emphasize modularity and reconfigurability of furniture in response to changing needs, while adhering to established durability and integration standards. Overall, this solicitation serves to efficiently manage the procurement and installation of FFE for the medical training facility, ensuring that all elements are aligned with project specifications, safety standards, and operational requirements.
    The document outlines furniture data sheets as part of an RFP related to the Addition Repair Component for the Medical Training Facility at Duke Air Force Base, Eglin AFB, Florida, managed by the US Army Corps of Engineers. It details specifications for various furniture items, including a single desk and a three-pack workstation, specifying finishes such as High Pressure Laminate and Metal. Key features include storage solutions, electrical components for connectivity, and design particulars like grommets for cable management and LED task lighting. The furniture is intended for designated rooms and is summarized with quantities, unit prices, and total estimated pricing. The project number and anticipated order date are also provided, suggesting a focus on modernizing and improving facility infrastructure. This aligns with broader government objectives of enhancing operational efficiency in military medical training environments. Overall, the document serves to specify contractor requirements and product specifications for government procurement related to furniture for military facilities.
    The document outlines the plans and specifications for the Addition and Repair of the Reserve Component Medical Training Facility B3120 (Project No. FTFA20CB09) at Duke Field, Eglin Auxiliary Field 3. Issued by the US Army Corps of Engineers, the file includes comprehensive drawings and details, including safety regulations, building codes, and site specifics. It presents essential information such as project timelines, the absence of a fire suppression system, and compliance with various federal and state fire codes. Notably, it emphasizes the requirements for life safety, including occupant load calculations, exit access, and construction details to ensure safety and efficiency during the project. The final submission is intended for bidding purposes only and outlines critical construction documents while highlighting environmental considerations, particularly due to endangered species restrictions on tree removal. Overall, the submission serves as an essential reference for contractors to understand project requirements, legal compliance, and safety protocols necessary for executing the construction work.
    The document outlines the specifications and requirements for the Repair Reserve Component Medical Training Facility B3120 project, managed by the US Army Corps of Engineers. It details the overall demolition and construction plans, including the removal of existing structures such as windows, walls, and floors, and instructions for maintaining clean and safe work areas to minimize impact on adjacent spaces. Key points emphasize adherence to safety protocols regarding suspected hazardous materials and the proper handling of furniture and furnishings during demolition. The project coordinates various aspects of electrical, mechanical, and architectural systems, ensuring integration and compliance with health and safety standards. Specific furniture fixtures, equipment, and workstations are listed, along with their configurations, to enhance the facility's operational effectiveness. This document serves as a comprehensive guide for contractors involved in bidding and executing the renovation project, outlining expectations for environmental safety, structural integrity, and project specifications critical for federal and state standards. Ensuring a meticulous approach is essential for facilitating a successful upgrade of the training facility while safeguarding public health and safety.
    The document outlines the final plans and specifications for the construction of the Addition Repair Component Medical Training Facility B3120, managed by the U.S. Army Corps of Engineers. Scheduled for bidding in August 2024, the project focuses on extensive renovations including demolition, installation of new building systems, and interior upgrades. Key activities include removing existing interior structures while ensuring the protection of adjoining areas, handling potential hazardous materials, and adhering to safety regulations. Specific details cover demolition techniques, maintaining dust control, and surface preparations for new installations, including flooring and drywall. The plans emphasize compliance with architectural and electrical standards, detailing specific requirements for utilities and materials. The document serves as a guidance for contractors, outlining expectations and responsibilities during the project completion while reinforcing the Corps' commitment to quality construction and environmental safety.
    The U.S. Army Corps of Engineers is soliciting proposals for a construction contract to undertake the addition and repair of the Component Medical Training Facility B3120 at Eglin Air Force Base, Florida. This request is part of an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) and has a cost estimate between $1,000,000 and $5,000,000. Proposals must adhere to specified submission guidelines, including a price proposal with detailed breakdowns and binding rates derived from the base MATOC agreement. Proposals are due by 10:00 AM ET on May 26, 2025. The award will be based on the lowest evaluated price, contingent on available funding. Additionally, contractors are instructed to submit inquiries through ProjNet and are required to pass all inspections during the project. The contract will include specific clauses pertaining to liquidated damages and the necessity for insurance. Final as-built documents and coordination with government initiatives such as IT and telecom equipment installation are also mandated, reinforcing the project's compliance with safety and operational standards. This solicitation illustrates the government's ongoing investment in military infrastructure and adherence to thorough regulatory processes.
    The document outlines the solicitation for multiple award task order contracts (MATOC) concerning the design and construction of a Medical Training Facility at Duke Air Force Base, Eglin AFB, FL. It details various specifications, including general requirements, construction divisions, and a project table of contents for the facility's construction. Key focuses include adherence to government safety requirements, sustainability practices, quality control, and specific material standards across multiple construction divisions, such as concrete, masonry, metals, and finishes. Additional sections address plumbing, HVAC systems, and electrical components. The project mandates compliance with environmental standards and emphasizes minimizing waste and managing construction effectively. Overall, this document serves as a comprehensive guide for contractors on expectations and specifications for the facility's development, reflecting the U.S. Army Corps of Engineers' commitment to safety, sustainability, and quality in construction projects.
    The document outlines specifications and requirements for the design and construction of the Eglin AFB Medical Training Facility (B3120) as part of Amendment 0004. It details the preconstruction submittals necessary for approval, including shop drawings, samples, and design data. Key themes include compliance with environmental regulations, quality control measures, and health and safety protocols. The submittal register specifies documentation requirements for certifications, project schedules, and warranty management. It emphasizes the importance of avoiding asbestos-containing materials, maintaining safety plans, and ensuring sustainability practices throughout the construction process. This comprehensive specification acts as a guideline for contractors to adhere to federal standards while working on the facility, ensuring efficiency, safety, and compliance with applicable regulations.
    The file labeled W912QR-51061297-0001 pertains to a government request for proposals (RFP) relating to a specific project or funding opportunity. As part of federal efforts, this RFP likely outlines criteria for applicants, the scope of work required, and guidelines for submission processes. While the content is not explicitly detailed in the file itself, such documents typically focus on garnering bids or proposals from relevant contractors or organizations capable of fulfilling the outlined objectives, adhering to regulatory standards and timelines. The main purpose is to stimulate competition in procurement, attract qualified vendors, and ensure the best use of public funds. The importance of compliance with federal regulations and project specifications is underscored throughout, aiming to ensure accountability, transparency, and effective execution of the project at hand. This RFP exemplifies the government's commitment to efficient service delivery and the support of various initiatives across federal and state levels.
    The Department of the Army, Louisville District, has issued Amendment 0002 for solicitation number W912QR-51061297 regarding the Addition/Repair of the Component Medical Training Facility at Eglin Air Force Base, Florida. This amendment affects the existing Indefinite Delivery Contracts (IDIQ) with various contractors, focusing on military construction and operations. The key change is the proposal due date, which is now set for 30 May 2025 at 10:00 AM ET. Proposals must be submitted via email to the specified address, and late submissions will not be considered. The amendment also emphasizes the government's discretion to award contracts based on initial proposals without further discussion. Contractors are instructed to acknowledge receipt of the amendment and return it via email to the designated contact person. Any queries regarding contractual issues should be directed to the same contact, highlighting the importance of promptly addressing any perceived errors or omissions in the RFP. This document underscores the structured process governing federal construction contracts and the importance of adherence to specified timelines and communication protocols.
    The document W912QR-51061297-0003 pertains to a federal Request for Proposals (RFP) issued by the U.S. Army Corps of Engineers regarding specific project needs. The purpose of this RFP is to solicit proposals from qualified contractors to meet the outlined requirements, which typically include construction, repair, or maintenance services crucial for fulfilling military or public infrastructure objectives. Key details entail the scope of work, submission guidelines, evaluation criteria, and deadlines for proposal submission. This RFP promotes transparency and competition among contractors while ensuring that the government secures the most effective and cost-efficient solutions for its needs. Additionally, it underscores the importance of adherence to regulations and quality standards to guarantee project success and compliance with federal guidelines.
    The document W912QR-51061297-0003A details a federal government Request for Proposal (RFP) aimed at soliciting bids for a project involving construction or renovation work under the jurisdiction of federal contracts. Key points include the need for contractors to follow specific guidelines and standards set forth by the government, ensuring compliance with safety regulations throughout the project lifecycle. The proposal outlines the qualifications required from bidders, including previous project experience, financial stability, and technical capabilities. It emphasizes that the selected vendor must demonstrate a commitment to quality, adhere to timelines, and align with sustainability practices. This RFP reflects the federal government's ongoing efforts to enhance infrastructure while engaging qualified contractors to achieve efficient and effective project outcomes, thereby adhering to fiscal accountability and transparency in public spending.
    The document is an amendment notification from the U.S. Army's Contracting Division pertaining to multiple award task order contracts (MATOC) issued to various contractors for military construction and operations funded projects in the Southeast Region. Specifically, it announces changes to the solicitation for the Addition/Repair of the Component Medical Training Facility at Eglin Air Force Base, Florida. The primary amendment updates the proposal submission deadline to 9 July 2025 at 10:00 AM ET, emphasizing that late submissions will not be considered. Contractors are instructed to acknowledge receipt of this amendment and return it as specified. For any contractual inquiries or perceived RFP issues, the designated contact is provided. Furthermore, the Government reserves the right to award contracts based solely on the initial proposals without further discussions. This amendment is part of a broader contracting framework aimed at facilitating military infrastructure development through competitive bidding processes.
    The document identified as W912QR-51061297-0007 relates to a federal Request for Proposal (RFP) or grant, likely issued by the Army Corps of Engineers based on the reference number format. While the specific content of the document is not provided, it typically outlines a solicitation for bids on a project, including details about the scope of work, eligibility requirements, and submission procedures. Important elements of such documents usually include project timelines, budget constraints, desired qualifications for bidders, and evaluation criteria for proposals. Additionally, the file may emphasize compliance with federal regulations and standards pertinent to government contracts, possibly addressing environmental, safety, and quality considerations related to the anticipated work. The aim is to engage contractors or service providers in support of government projects, ensuring accountability and effectiveness in the allocation of federal resources.
    The document W912QR-51061297-0009 pertains to a federal Request for Proposal (RFP) issued by the U.S. Army Corps of Engineers. The purpose of this RFP is to solicit proposals from contractors for specific construction projects under its jurisdiction. It outlines the requirements for interested parties to submit their qualifications and bid proposals, emphasizing compliance with federal regulations and standards. Key components include project scope, pricing criteria, evaluation metrics, and deadlines for proposal submission. Contractors are expected to demonstrate their capabilities in managing the outlined projects effectively while ensuring adherence to safety and regulatory practices. This RFP reflects the government's initiative to engage private sector expertise in infrastructural development, contributing to broader economic and public service goals. The structured approach established in this document signifies an organized effort to enhance governmental operational efficiency through transparency and competition in contract awards.
    Lifecycle
    Similar Opportunities
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    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.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.