PKA - Repair Flightline Gates Travis AFB, CA
ID: FA442725R0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF OTHER AIRFIELD STRUCTURES (Z1BZ)

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 bids for the repair of flightline gates at Travis Air Force Base, California. This project, classified as a Firm-Fixed Price contract, is exclusively set aside for small businesses and involves the demolition of existing gate components, installation of new rail-driven gate operators, and integration of updated security features. The estimated contract value ranges from $500,000 to $1,000,000, with sealed bids due by 11:00 AM on April 4, 2025, and inquiries for clarification must be submitted by March 17, 2025. Interested contractors can reach out to Karly Zamiar at karly.zamiar@us.af.mil or Rory Gardner at rory.gardner@us.af.mil for further information.

    Files
    Title
    Posted
    The Statement of Work outlines the design-build project for repairing three flightline gates at Travis Air Force Base, California. The contractor is responsible for providing 35%, 65%, and 100% design phases, ensuring compliance with federal safety standards and local regulations. Key tasks include the demolition of existing gate components, installation of new rail-driven gate operators, and integration of updated security features such as keypads and remote controls. The project emphasizes adherence to NFPA and UFC codes and requires detailed specifications and cost estimates during the design phase. Construction activities must minimize disruption to surrounding facilities, and all waste must be disposed of per environmental laws. The schedule indicates that no work on one gate can start until another ongoing project is complete. This comprehensive approach underscores the military's commitment to safety, compliance, and operational readiness through efficient upgrades of essential infrastructure.
    The document outlines a proposed contract for rubber removal and flightline gate repairs at Travis Air Force Base, CA, detailing material and labor costs associated with each project. The rubber removal phase includes line items for testing, mobilization, labor, materials, and waste disposal, with a focus on non-contaminated and non-hazardous operations. The contract specifies various units of measurement, cost breakdowns for each item, and a guide for estimating quantities and costs associated with the work. In addition, the gate repair project lists required personnel, equipment, and materials, emphasizing the necessity of detail in cost estimation for government contracts. The structure includes defined sections for unit costs, total direct costs, and overhead calculations, ensuring contractors provide accurate estimates for bidding. This file serves as part of the federal government's Requests for Proposals (RFPs) and outlines the financial expectations for contractors involved in military infrastructure projects, prioritizing detailed planning, safety, and regulatory compliance in all operations. It reinforces the importance of clear cost accountability in federal contracting processes.
    Travis Air Force Base enforces strict security requirements for contractors seeking access to its closed installation. Contractors must undergo identity proofing and vetting processes, including NCIC and CLETS checks, unless they possess verified government security clearances. Identifications such as U.S. passports and valid driver’s licenses are required for access. In compliance with the REAL ID Act, only compliant state-issued IDs can be used; non-compliant IDs will result in restricted access. Contractors are responsible for ensuring that all personnel meet identification and employment eligibility criteria. Access may be denied based on various disqualifications, including criminal history or ties to terrorism. Coordination with the 60th Contracting Squadron is necessary for obtaining passes, which are valid for up to a year. Additional security protocols apply during increased Force Protection Conditions, and contractors may require escorts in restricted areas. Measures are also in place for training related to operations security and antiterrorism awareness. The document outlines the overarching framework ensuring contractor compliance with security protocols and responsible access to the military installation, emphasizing the importance of maintaining safety and security standards.
    The document outlines the general requirements for construction and demolition projects at Travis Air Force Base, CA, highlighting best practices for safety, environmental management, and contractor responsibilities. Key provisions include detailed guidelines for demolition and excavation, utility management, contractor site security, working hours, and fire prevention protocols. It emphasizes the need for compliance with health and safety regulations, particularly regarding hazardous materials such as lead-based paint (LBP) and asbestos-containing materials (ACM). Contractors must ensure proper handling and disposal of these materials, comply with relevant local and federal regulations, and maintain thorough documentation of all processes, including health and safety plans. The importance of a structured approach to project inspections and the submission of "as-built" drawings following project completion is also stressed. The document underscores the necessity for contractors to coordinate closely with local utilities and regulatory bodies to ensure a compliant and efficient project execution while minimizing disruption to the surrounding environment at the base.
    The Facilities Excellence Guide (FEG) for Travis Air Force Base outlines standards for the design and sustainability of facilities to support mission efficiency while enhancing community identity. The guide emphasizes urban design, architecture, landscape architecture, and sustainable practices, aligning with federal criteria like LEED standards. Key objectives include improving the quality of the built environment and fostering a cohesive identity throughout various districts within the base, such as the Civic Center and Flightline Operations areas. Specific architectural goals focus on functionality, innovation, and maintaining a historical reference unique to the base. Landscape architecture aims to conserve resources and promote local ecology by using native plants while minimizing maintenance. Sustainability principles dictate that new construction achieves at least LEED Silver certification, fostering energy efficiency, water conservation, and renewable energy use in building designs. The document serves as a reference for project managers and designers, detailing guidelines on siting, building materials, and aesthetic features, all geared toward creating a vibrant, functional, and environmentally sensitive facility landscape at Travis AFB. The FEG seeks not only to facilitate day-to-day operations but also to instill a sense of pride and community among personnel and visitors alike.
    The document outlines the electrical and construction upgrades for Building 551, detailing the necessary modifications and installations to enhance functionality. Key components include the addition of a new 300KVA transformer, reconfiguration of electrical panels 'H' and 'HL', and the provision of power connections for various new equipment such as an ultrasonic cleaner, hydraulic test stand, and hose assembly machines. Notably, there is a need for asbestos abatement in Room 104 prior to any demolition activities, alongside the removal of existing electrical infrastructure where required. The document specifies new receptacle and communication outlet installations, adjustments to existing circuits, and the relocation of certain equipment and fixtures to accommodate a revised building layout. It emphasizes safety and compliance by asserting that all new outlets and switches will not be explosion-proof. The overall purpose appears to support a modernization initiative through a Strategic Energy Management Approach, ensuring that the upgraded systems align with current standards while minimizing disruptions during construction.
    The file identifies locations within a federal facility, specifically "Bldg. 39" and "Hangar 14." While the document lacks extensive narrative detail, it suggests a purpose related to federal operations, particularly in the context of Requests for Proposals (RFPs) or grants associated with these locations. It may pertain to facility management, renovation, or operational planning that requires industry engagement. Understanding the significance of these sites could be crucial for prospective contractors seeking to respond to federal RFPs or grants, indicating their role in accommodating government initiatives. However, additional context or instructions related to these sites would be necessary to provide comprehensive insight into potential projects or funding opportunities related to these buildings. Overall, the file serves as an initial point of reference for further exploration of related RFPs or grants specific to these federal facility locations.
    The document pertains to the Air Traffic Control Tower's electrical panel located in Building 39, specifically Panel GP1 in Electrical Room 105. It indicates the necessity for potential upgrades or maintenance work relating to the panel, implying a focus on ensuring consistent operational functionality of air traffic control systems. Given the context of government RFPs and grants, this document likely forms part of a broader initiative to enhance infrastructure critical to aviation safety and efficiency. Such undertakings are essential for maintaining compliance with federal standards and ensuring the reliability of air traffic management systems.
    The document FA4427-25-R-0008 outlines compliance requirements with the Davis-Bacon Act Wage Determination, specifically for construction contracts in California, under modification number 2, dated February 7, 2025. Contractors are responsible for determining applicable wage rates and fringes according to guidelines set by the Department of Labor (DOL). It emphasizes the need for contractors to verify current wage determinations through the Government Printing Office's website and to consult the local DOL office for any inquiries. Furthermore, the document stipulates that the wage determination utilized during the contract award will be communicated to the chosen offeror by the Contracting Officer via email. Contractors must also report any changes in unit prices resulting from wage rate adjustments within 30 days of award or contract option exercise, providing sufficient documentation to justify these changes. Overall, the document serves as a regulatory guideline for ensuring adherence to wage policies in the execution of federally funded projects.
    The solicitation document outlines a federal construction project for repairing flightline gates located at Travis Air Force Base, California. The project is classified as a Firm-Fixed Price contract, exclusively set aside for small businesses, with an estimated cost between $500,000 and $1,000,000. Offerors are advised to submit sealed bids by 11:00 AM on April 4, 2025, accompanied by required performance and payment bonds within specified deadlines. The contract stipulates various regulations under the Federal Acquisition Regulation (FAR), including compliance with Davis-Bacon Wage Determinations and requirements for subcontractor participation. Additionally, the solicitation includes provisions for prompt payment, inspection of construction, and adherence to reporting requirements for small business participation. Interested bidders must seek written clarification for any questions by March 17, 2025, as verbal inquiries are not permitted. The document establishes clear guidelines for bid submission, evaluation criteria, and essential timelines, ensuring proper compliance and operational standards throughout the construction process. This solicitation demonstrates the government's commitment to supporting small businesses while maintaining regulatory compliance and effective project management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PKA - Multiple Award Construction Contract (MACC) Travis AFB, CA
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron, is planning to solicit a Multiple Award Construction Contract (MACC) for Travis Air Force Base in California. This contract, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, will cover a range of construction-related tasks, including maintenance, renovations, and demolition, to be executed via individual Task Orders. The total potential value of the task orders is estimated at up to $95 million over a seven-year period, with individual orders ranging from $50,000 to $10 million, and the contract is set aside for 8(a) small businesses under NAICS code 238990. Interested contractors must register in the System for Award Management (SAM) database and are encouraged to attend a scheduled site visit, with the solicitation expected to be released around April 30, 2025. For further inquiries, interested parties can contact Karly Zamiar at karly.zamiar@us.af.mil or Rory Gardner at rory.gardner@us.af.mil.
    PKA - B549 Repair Multiple Fire Alarm Panels
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. This contract involves the design and construction services necessary to upgrade outdated fire alarm systems in Building 549, which includes the demolition and replacement of existing fire alarm control panels that are no longer serviceable. The project is critical for maintaining safety standards in federal facilities and ensuring effective emergency response capabilities. Interested contractors must submit their sealed bids by April 5, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or MSgt Joshua Boak at joshua.boak@us.af.mil.
    Vehicle Barrier Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Luke Air Force Base, with a total contract value of $34 million. The procurement aims to ensure the operational readiness of vehicle barriers through preventive maintenance, routine service calls, and necessary repairs over a performance period from April 1, 2025, to March 31, 2030, including multiple option periods. This contract is particularly significant as it supports the security infrastructure at military installations, emphasizing compliance with federal labor standards and environmental regulations. Interested small businesses must acknowledge amendments to the solicitation and submit their proposals by the specified deadlines, with primary contact Sabastian Halstead available at sabastian.halstead@us.af.mil or 623-856-2729 for further inquiries.
    IFB - Beale Aircrew Readiness Facility
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the renovation and expansion of the Aircrew Readiness Facility at Beale Air Force Base in California. This project, categorized under NAICS Code 236220 and set aside for small businesses, involves comprehensive upgrades including electrical system enhancements, structural renovations, and the installation of essential equipment such as a generator and telecommunication infrastructure. The initiative underscores the importance of maintaining military infrastructure to support operational readiness and safety, with a projected contract value between $5 million and $10 million. Interested contractors should contact Adam Brooks at adam.m.brooks@usace.army.mil for further details and adhere to the submission guidelines outlined in the solicitation documents, with a completion target set for March 6, 2025.
    Travis AFB - Gas Meter Replacement Services - Synopsis
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron of the Department of the Air Force, is seeking proposals for Gas Meter Replacement Services at Travis Air Force Base (AFB) in California. The project involves replacing gas meters in several specified buildings, ensuring compliance with existing codes, standards, and environmental regulations. This procurement is crucial for maintaining operational safety and efficiency at the base, with an estimated project cost ranging from $100,000 to $250,000. Interested contractors must have an active registration with SAM.gov and may contact John De Pedro at johnrexter.depedro@us.af.mil or Brandon Spratt at brandon.spratt.2@us.af.mil for further inquiries.
    Travis AFB Hangar FCX Power System Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.
    Repair HICS Gates
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Hardened Intersite Communication System (HICS) gates at Malmstrom Air Force Base in Montana. The project involves the complete removal, replacement, and installation of gates, with strict adherence to safety regulations, waste disposal protocols, and communication with local landowners. This initiative is crucial for maintaining the integrity of critical infrastructure within the 341st Missile Complex, with a maximum contract value anticipated at $5 million over a potential five-year term. Interested 8(a) Small Businesses must submit their capabilities and relevant experience by February 15, 2025, and can direct inquiries to Dennis D. DeForest at dennis.deforest.2@us.af.mil or Nadia M. Bowen at nadia.bowen@us.af.mil.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. This Design-Bid-Build project encompasses the construction of a hangar approximately 156,585 square feet in size, along with associated infrastructure improvements, including mooring points and re-striping of areas. The project is vital for enhancing military readiness and operational capabilities, accommodating maintenance operations for the KC-46A aircraft while adhering to strict environmental and safety standards. Interested contractors should note that the estimated project cost ranges from $100 million to $250 million, with proposals due by March 25, 2025. For further inquiries, contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
    Skyjack Lift, Travis AFB
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for a Firm Fixed Price contract to procure a Skyjack SJ3219 Electric Scissor Lift. This procurement is fully set aside for small businesses under the NAICS code 333924, emphasizing the importance of technical capability and pricing in the evaluation process. The Skyjack Lift is essential for various operational tasks within the Air Force, ensuring efficiency and safety in material handling. Interested vendors must submit their proposals by March 7, 2025, and are encouraged to contact SrA Estrada Dighiera or Ms. Maekyla Rosendo for further guidance on submission requirements and compliance with federal regulations.
    FA466425R0001 - SABER MAC IDIQ B+4 @ March ARB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at March Air Reserve Base in California under the contract FA466425R0001. This opportunity is set aside for eligible small businesses certified by the Small Business Administration and involves providing maintenance, repair, and minor construction services, with a base period of one year and four optional extensions. The procurement emphasizes compliance with federal acquisition regulations, environmental protection standards, and the submission of detailed proposals, including past performance evaluations and pricing coefficients. Interested contractors must submit their sealed bids by February 28, 2025, and can contact Jon Aaron at jon.aaron@us.af.mil or Michael Dorsey at michael.dorsey.14@us.af.mil for further inquiries.