Fire Department Bay Floor Replaced/Repaired
ID: FA465425Q0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4654 434 CONF LGCGRISSOM ARB, IN, 46971-5000, USA

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

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 seeking contractors to repair and replace the bay floor at Fire Station 2 located at Grissom Air Reserve Base in Indiana. The project requires comprehensive flooring solutions, including the use of fluid-applied systems that are resistant to chemicals and wear, while adhering to strict safety and environmental standards, including OSHA regulations. This initiative is part of the government's broader commitment to maintaining military infrastructure and ensuring operational capabilities meet current safety regulations. Interested small businesses are encouraged to reach out to Tim Sparks at timothy.sparks.8@us.af.mil or call 765-688-2826 for further details, with the project scheduled for issue in January 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a proposed project aimed at repairing Fire Station 2 located at Grissom Air Reserve Base, Indiana. The project, identified by contract number FA4654-X-XX-XXXX, outlines the need for detailed engineering plans to address repairs required for the facility, specifically the bay floor of the station. A comprehensive review and approval process by several officials, including those from engineering and civil engineering divisions, has been documented with digital signatures reflecting their endorsements. The project is scheduled for issue in January 2025, indicating a timeline for initiating the repair process. This document serves as a component of the federal government's infrastructure improvement efforts, which typically seek to enhance operational capabilities while adhering to established safety and engineering standards. It signifies a significant investment in maintaining essential services within military infrastructure, ensuring they meet current needs and safety regulations.
    The document outlines the technical specifications for the Repair of Fire Station Bay Floors at Grissom Air Reserve Base, Indiana. It includes general provisions, project scheduling, submittal procedures, and specific requirements for flooring systems. The contractor is responsible for all labor, materials, and safety compliance, adhering to OSHA regulations and minimizing disruption to base operations. Key components include detailed instructions for surface preparation, installation, and materials selection, specifically highlighting the use of fluid-applied flooring systems resistant to chemicals and wear. The project requires a comprehensive approach to ensure quality workmanship and safety, including the submission of operation and maintenance data. Notably, the document emphasizes the use of environmentally friendly materials and procedures and mandates the contractor to follow strict quality controls and coordination requirements. This repair project illustrates the government's commitment to maintaining and improving essential facilities while adhering to stringent safety and environmental standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fire Station Floors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the resurfacing of fire station floors at Buckley Space Force Base in Aurora, Colorado. The project entails the installation of a durable quartz flooring system in two key areas: the 5,995 square foot Apparatus Bay and the 975 square foot Garage/Weight Room, designed to withstand the demands of a fire service environment while ensuring safety and aesthetic appeal. This procurement is part of a total award amount of $19,000,000, with proposals due by March 18, 2025, and will be evaluated based on price and technical capability under a Lowest Price Technically Acceptable (LPTA) method. Interested contractors can reach out to Anthony Graffeo at anthony.graffeo.1@us.af.mil or 720-847-6524 for further inquiries.
    Epoxy Floors Building 1048
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the installation of epoxy floors in Building 1048 at the Will Rogers Air National Guard Base in Oklahoma City, Oklahoma. The project requires a firm fixed-price contract, with the selected contractor expected to complete the work within 120 calendar days following the notice to proceed, which is anticipated to commence within 30 days of contract award. This procurement is crucial for maintaining operational readiness and safety standards, as the new flooring must withstand significant wear from heavy vehicles and chemicals while ensuring slip resistance and compliance with quality specifications. Interested small businesses must submit their bids by March 18, 2025, following a pre-bid conference on February 25, 2025, and can direct inquiries to SMSgt Kyle Thomas at kyle.thomas.24@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Construction of an Indoor Small Arms Range (ISAR) located in Grissom Air Reserve Base, IN.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Indoor Small Arms Range (ISAR) at Grissom Air Reserve Base in Indiana. This project involves comprehensive demolition and construction activities, including environmental safety measures to address lead contamination and adherence to federal regulations throughout the construction process. The ISAR is crucial for enhancing military training capabilities while ensuring compliance with safety and environmental standards. Interested contractors must submit their sealed bids electronically by March 11, 2025, with an estimated project cost between $10 million and $25 million. For further inquiries, contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or Adam Brooks at adam.m.brooks@usace.army.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.
    41 RGS Carpet Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the 41 RGS Carpet Replacement project at Moody Air Force Base in Georgia. The procurement involves the removal of existing carpets and the installation of new carpets and resilient rubber cove bases, adhering to the Air Force Carpet Program standards, with a project duration not exceeding 90 days. This project is crucial for maintaining the facility's operational integrity and aesthetic standards, ensuring compliance with federal guidelines for public procurement. Interested contractors should contact June Alba at june.alba@us.af.mil or Maria Jimenez at maria.jimenez.5@us.af.mil for further details and to discuss the requirements, including a site visit for accurate assessment and bidding.
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of rubber buildup from approximately 290,000 square feet of pavement and the repainting of critical markings, with operations scheduled to occur in two phases throughout 2025. This initiative is vital for maintaining airfield safety and operational efficiency, requiring contractors to have specialized equipment and prior airfield experience due to the active nature of the site. Proposals are due by March 7, 2025, with a budget range of $250,000 to $500,000, and interested contractors can contact Russell Burton at russell.burton.7@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil for further details.
    flooring
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide flooring solutions under a Combined Synopsis/Solicitation notice. This procurement is set aside for small businesses and falls under the NAICS code 321918, which pertains to Other Millwork, including Flooring, and the PSC code 7220 for Floor Coverings. The flooring services are essential for maintaining and enhancing the operational capabilities of military facilities. Interested contractors can reach out to Bart Meinert at bart.d.meinert.civ@army.mil or by phone at 913-684-7795, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
    FY25 Paint and Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Paint and Rubber Removal project at McConnell Air Force Base in Kansas. This procurement involves the comprehensive removal of rubber deposits and repainting of airfield markings, with specific tasks outlined in a detailed bid schedule that includes various options for additional work across multiple airfield locations. The project is critical for maintaining airfield safety and operational effectiveness, ensuring compliance with federal standards and regulations. Interested contractors must submit their sealed bids by March 24, 2025, and are encouraged to participate in a site visit scheduled for March 6, 2025. For further inquiries, potential bidders can contact SRA Junious Buchanan at junious.buchanan@us.af.mil or Jada Davis at jada.davis.3@us.af.mil.
    Convert B452 Wash Rack into 4-bay T-7A Hangar
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the conversion of the B452 Wash Rack into a new 4-bay T-7A hangar at Columbus Air Force Base in Mississippi. This project, identified as Project Number EEPZ197007, requires the contractor to manage all aspects of construction, including labor, materials, and compliance with safety and environmental standards, with a performance period of 548 days. The estimated construction magnitude is between $5 million and $10 million, and interested small businesses must submit their responses by March 6, 2025, including relevant qualifications and experience. For further inquiries, interested parties can contact Daniel Stilts at daniel.stilts@us.af.mil or call 662-434-3740.