IFB - Beale Aircrew Readiness Facility
ID: W912QR25BA007Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the construction of the Beale Aircrew Readiness Facility at Beale Air Force Base in California. This project involves the construction of a 4,596 square foot addition to an existing facility, which will include restrooms, crew quarters, and service rooms, as well as renovations to approximately 1,961 square feet of the current structure to enhance functionality for aircrew operations. The initiative is crucial for improving military infrastructure and ensuring operational readiness, with a contract duration expected to be 443 days from the Notice to Proceed. Interested small businesses must register in the System for Award Management (SAM) and submit proposals via the PIEE Solicitation Module, with a site visit scheduled for March 26, 2025, and inquiries directed to Adam Brooks at adam.m.brooks@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
The document addresses various federal and state government RFPs (Requests for Proposals) and grant opportunities available for stakeholders. It emphasizes the significance of these applications in securing funding for diverse projects and services that align with government priorities. The document outlines the process and requirements for submitting proposals, highlighting the importance of careful adherence to guidelines and deadlines. Key topics include eligibility criteria, potential funding amounts, project scopes, and evaluation metrics used by grant committees. Additionally, it stresses collaboration among local, state, and federal agencies to enhance effectiveness and resource allocation. This comprehensive overview serves to inform stakeholders about the available funding avenues and necessary steps to obtain financial assistance for governmental projects, ensuring compliance and maximizing opportunities for successful proposals.
The document addresses the solicitation for proposals (RFPs) in the federal and state government sector, highlighting the process for securing federal grants and local project funding. It outlines the key requirements for potential bidders, emphasizing budget considerations, proposal formatting, and timeline adherence. The importance of compliance with government regulations and reporting standards is underscored, as well as the evaluation criteria for proposals which include feasibility, cost-effectiveness, and alignment with public service goals. Additionally, the document specifies the eligibility criteria for applicants, showcasing a commitment to transparency and equal opportunity in the bidding process. Overall, this file serves as a guide for potential grant seekers and service providers in navigating federal and local funding opportunities, streamlining project initiation and execution.
The document pertains to federal and state government procurement processes, specifically focusing on Requests for Proposals (RFPs) and grants. It outlines structured methodologies for agencies to solicit bids from vendors, aiming to achieve cost-effective solutions while ensuring compliance with regulatory standards. Key ideas include the requirements for proposal submissions, evaluation criteria, and alignment with federal guidelines. Additionally, it highlights the importance of transparency and accountability in the procurement process. Supporting details emphasize best practices for both bidders and government agencies, reinforcing the necessity for clear communication and documentation during all phases. This initiative promotes fair competition and efficiency within government contracting frameworks, essential for maintaining public trust and optimizing resource utilization.
Mar 27, 2025, 7:05 PM UTC
The U.S. Army Corps of Engineers (USACE), Louisville District, seeks approval for a Class Justification and Approval (J&A) for Other than Full and Open Competition regarding the procurement of brand name Heating, Ventilation, and Air Conditioning (HVAC) equipment. This approval supports the construction and sustainment projects for the Air Force from FY 2023 to FY 2027, with an estimated value of $145M for HVAC equipment in new construction and renovation projects. The standardization initiative, mandated by the Air Force's Category Management Program, emphasizes the use of specific brand name HVAC units across various facilities, including hangars and barracks, to improve efficiency and economy. Previous approvals for HVAC standardization extend until 2024, ensuring uniformity in installations across all Air Force projects managed by USACE. The document outlines the types of facilities involved and anticipates performance periods delineated in individual contracts. Overall, this J&A aims to facilitate a streamlined procurement process while adhering to Air Force requirements for construction and renovation projects within USACE’s areas of responsibility.
Mar 27, 2025, 7:05 PM UTC
The document outlines the procedures for contractors seeking access to Beale Air Force Base (AFB) through the Contractor Base Access List (BAL) form. It specifies that BAL requests are limited to a maximum of 30 days, with personnel authorized for access for no longer than 29 days without needing a Department of Defense Form 1172-2 for extended stays. Key identification requirements include completing all fields accurately, particularly the use of Social Security Numbers (SSN) for individual identification, with incomplete submissions leading to automatic denial of access. The document emphasizes strict adherence to submission guidelines, indicating that handwritten or PDF formats will not be accepted. This procedural framework highlights the importance of security and compliance within federal installations while facilitating necessary contractor access for operational purposes.
The U.S. Army Corps of Engineers (USACE), specifically the Louisville District, seeks Class Justification and Approval (J&A) for "Other than Full and Open Competition" to facilitate construction contracts that require brand name or equivalent specifications for interior finishes. This J&A supports projects scheduled from Fiscal Year 2022 to 2026. A Basis of Design (BOD) outlines aesthetic and performance specifications for finishes like paint and flooring, crucial for ensuring design integrity in construction. Under current regulations, referencing brand names aids in effectively conveying design intents to contractors without restricting competition. Extensive market research confirmed that prominent manufacturers support the inclusion of a basis of design, as it helps establish uniform expectation without unfairly limiting bidders. This document emphasizes the importance of qualified interior design to coordinate finishes, enhance facility functionality, and meet aesthetic standards to avoid mismatched designs. It also details USACE's efforts to maintain fair competition while ensuring complete design specifications for construction projects. The overarching goal is to uphold both government interests and compliance with federal procurement practices.
Mar 27, 2025, 7:05 PM UTC
The document outlines the solicitation for the renovation and expansion of the Aircrew Readiness Facility at Beale Air Force Base, CA, under the project code W912QR25BA007. The project employs a Design-Bid-Build approach, targeting a completion date of March 6, 2025. It includes detailed specifications for furniture, fixtures, and equipment (FF&E) to create a functional and aesthetically cohesive environment for users. The interior design adheres to established guidelines, ensuring durability, sustainability, and compliance with health standards. Various spaces in the facility, including sleeping rooms and common areas, are equipped with specific furniture and design features, emphasizing comfort and efficiency. The FF&E orders, categorized by room contents, include items such as desks, chairs, beds, storage solutions, and electronics, all sourced from designated manufacturers. The intent is to facilitate a conducive environment for aircrew readiness, highlighting the government's commitment to providing well-equipped facilities for military personnel. Overall, this project reflects a focused effort to enhance operational capabilities while adhering to safety and design standards.
Mar 27, 2025, 7:05 PM UTC
The document outlines the specifications and requirements for the renovation and addition of the 940th ARW Aircrew Readiness Facility at Beale Air Force Base, California. Key components of the project include upgrades to the electrical system, structural renovations, the installation of a generator, furnishing, and telecommunication infrastructure. Architectural and engineering disciplines involved encompass civil, structural, fire protection, mechanical, plumbing, electrical, and technology engineering. Compliance with federal codes and regulations, particularly regarding fire protection and life safety, is emphasized throughout the project. The design adheres to several standards, including the DoD Building Code, NFPA regulations, and specific requirements for fire systems, including mass notification systems. The report also specifies occupancy classifications, the projected number of exits, egress paths, and the emergency response measures required for safety. This project illustrates the federal government's commitment to improving military infrastructure through detailed design, safety measures, and code adherence, crucial for the effective function of military facilities. The anticipated completion is aligned with standards set forth by the U.S. Army Corps of Engineers and other relevant authorities.
Mar 27, 2025, 7:05 PM UTC
The document outlines the Request for Proposal (RFP) for the renovation and expansion of the Aircrew Readiness Facility at Beale Air Force Base, California, categorized under NAICS Code 236220 and set aside 100% for small businesses. It includes a detailed table of contents, specifying various construction divisions, project requirements, and compliance stipulations. The project is estimated to cost between $5 million and $10 million, with a lengthy contract period that mandates rigorous adherence to safety, quality control, and submittal processes. Contractors are required to register with the System for Award Management (SAM) and deliver detailed as-built drawings, operational manuals, and conduct employee training for equipment provided. The document emphasizes the importance of maintaining current working as-builts, following exact specifications during construction phases, and offering substantial penalties for non-compliance with deadlines or contractual obligations. In summary, it serves as a formal solicitation intended to ensure small businesses engage effectively in constructing and modernizing an essential military facility while adhering to government regulations and safety standards.
Mar 27, 2025, 7:05 PM UTC
The document outlines the solicitation for the renovation and addition to the Aircrew Readiness Facility (ARF) at Beale Air Force Base, CA, specifically detailing the scope of work for a Design-Bid-Build project (P2#: 513180/513182). It encompasses a comprehensive set of specifications focusing on construction requirements across various divisions, including procurement, general requirements, structural elements, fire suppression systems, plumbing, HVAC, and electrical installations. Noteworthy highlights include the stipulation for a wet pipe sprinkler system throughout the facility, emphasizing compliance with NFPA standards and requirements for hydraulic calculations and installation by qualified professionals. Additional sections detail quality assurance measures, submittal procedures, and essential materials and equipment specifications. The specifications ensure that all designs, installations, and equipment meet regulatory standards for fire protection and safety, reflecting a commitment to maintaining operational readiness. Ultimately, the document serves as a crucial guideline for contractors submitting proposals, ensuring that comprehensive, compliant, and safe renovations are executed at the ARF facility.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
March Air Reserve Base, CA B600 Flight Simulator
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking bids for the addition and alteration of Building 600 at March Air Reserve Base in California. The project involves constructing a 2,200 square foot addition for a Boom Operator Trainer and modifying approximately 7,000 square feet of existing space for the new KC-46A Mission, including various facilities such as classrooms and a computer room. This construction effort is crucial for enhancing training capabilities and operational readiness, with an estimated contract value between $5 million and $10 million, and a target ceiling of approximately $6.8 million. Interested contractors should note that the solicitation is expected to be released around May 9, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for award; inquiries can be directed to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Hangar at March Air Reserve Base in California. This project involves a Design-Bid-Build approach, focusing on the construction of a maintenance hangar that will support KC-46A aircraft operations, including necessary infrastructure improvements and compliance with environmental regulations. The estimated project cost ranges from $100 million to $250 million, with a strong emphasis on sustainability and adherence to federal contracting standards. Interested contractors must submit their proposals electronically by April 17, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or by phone at 502-315-6900.
Design-Build Maintenance and Repair Army Reserve (MRAR) Renovation of Army Reserve Center (ARC) Building 662 at BT Collins ARC, Sacramento, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build Maintenance and Repair of the Army Reserve Center (ARC) Building 662 at BT Collins in Sacramento, California. The project aims to renovate the facility to eliminate deficiencies and extend its economic life by 25 years, ensuring compliance with the Americans with Disabilities Act and DOD Antiterrorism standards. This initiative is crucial for enhancing military infrastructure while supporting small businesses, as it is a total small business set-aside with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and past performance information electronically, with the proposal evaluation process structured in two phases, and the project duration estimated at 740 calendar days from the Notice to Proceed. For further inquiries, contact Alex Hamilton at alex.j.hamilton@usace.army.mil or Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
Design/Build Maintenance and Repair Army Reserve (MRAR) of Area Maintenance Support Activity (AMSA), B655, at the BT Collins Army Reserve Center, Sacramento, CA
Buyer not available
The Department of Defense is soliciting proposals for the Design/Build Maintenance and Repair of the Army Reserve (MRAR) facility at the Area Maintenance Support Activity (AMSA) B-655, located at the BT Collins Army Reserve Center in Sacramento, California. The project aims to repair failing facility components, construct an addition to address space deficiencies, and extend the facility's economic life by 25 years, ensuring equipment readiness for Army Reserve units. This initiative underscores the importance of maintaining operational readiness within the Army Reserve while adhering to sustainable and energy-efficient construction practices. Interested small businesses must submit their proposals electronically, with a contract value estimated between $10 million and $25 million, and the procurement process structured into two phases, emphasizing past performance and technical capabilities. For further details, contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot barracks facility designed to support the Non-Commissioned Officers Academy and the 80th Training Command, incorporating essential systems such as fire protection, energy monitoring, and accessibility features, while adhering to stringent safety and sustainability standards. The contract, valued between $25 million and $100 million, is set aside exclusively for small businesses, with a proposal submission deadline of April 29, 2025, and interested contractors must maintain active registration in the System for Award Management (SAM). For further inquiries, contact Ryan King at ryan.m.king2@usace.army.mil or by phone at 502-315-6348.
BCE COMPLEX
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the BCE Complex at the 106th Rescue Wing in Westhampton Beach, New York. This project involves constructing a base civil engineering complex in accordance with provided plans and technical specifications, and it is exclusively set aside for small businesses, with a size standard of $45 million in average annual revenue over the past three years. The estimated project magnitude is between $10 million and $25 million, highlighting its significance in supporting military operations. Interested bidders are encouraged to attend a pre-bid site visit and must submit a bid bond with their proposals. For further inquiries, potential offerors can contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Melissa Santoro at melissa.santoro2.civ@army.mil. Note that contract awards will only be made once appropriated funds become available, as they are currently not available for this acquisition.
USACE SPK DB/DBB Construction MATOC, for Sacramento Corps of Engineers district.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice to gauge interest and capabilities for a Multiple Award Task Order Contract (MATOC) focused on design-bid-build and design-build construction projects. The anticipated MATOC will support a variety of construction needs, including the development of commercial and institutional buildings, with a total capacity of $499 million over five years, addressing projects such as office buildings, barracks, and data centers. This procurement is crucial for ensuring adequate competition among small businesses, including those in various socioeconomic categories, as the government seeks to understand market capabilities and potential sources for upcoming construction contracts. Interested contractors are encouraged to submit capability statements by May 12, 2025, to the primary contact, Melita Doyle, at melita.s.doyle@usace.army.mil.
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 a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Marietta, Georgia. The project encompasses the construction of an ARC training building, a Vehicle Maintenance Shop (VMS), and an Unheated Storage Building (USB), along with supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated construction cost between $25 million and $100 million and a contract duration of approximately 900 calendar days from the Notice to Proceed. Interested contractors must submit proposals electronically, and a mandatory site visit is scheduled for March 13, 2025. For further inquiries, contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
B1220A Office Addition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the B1220A Office Addition project at Edwards Air Force Base in California. The procurement involves the installation of contractor-furnished demountable walls, electrical outlets, doors, and painting services, with a focus on creating a functional office space separated from an existing classroom. This project is crucial for enhancing operational efficiency and workspace organization within the facility. Interested small businesses must submit their quotes by April 25, 2025, at 2:00 PM PST, and can direct inquiries to Paola Diaz at paola.diaz.1@us.af.mil or Stacey Stuart at stacey.stuart@us.af.mil.
Tents (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, specifically the 9th Reconnaissance Wing, is seeking qualified vendors to provide tent rental and set-up/tear-down services for the Beale Air Force Base Airshow scheduled for June 6 to 8, 2025. The procurement includes the delivery and installation of a large Distinguished Visitor area, requiring a 60’x40’ tent along with 47 10’x10’ and 4 10’x20’ canopy tents, all to be set up by June 6, 2025, at 0900. This event is crucial for enhancing the visitor experience and ensuring operational functionality during the Air Show, necessitating compliance with safety, security, and liability insurance requirements. Interested parties should contact Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil for further information, as this is a Total Small Business Set-Aside opportunity under NAICS code 532289.