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
    Description

    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.

    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further information.
    B-21 East Alert Apron
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the B-21 East Alert Apron at the Omaha District. This project involves the construction of airfield structures, which are critical for supporting military operations and enhancing airfield capabilities. The procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized under the PSC code Y1BZ for construction of other airfield structures. Interested contractors can reach out to Gloria Garside at gloria.garside@usace.army.mil or call 402-995-2585, or contact Brittany Gull at brittany.c.gull@usace.army.mil or 402-995-2144 for further details.
    Design-Build Maintenance and Repair Army Reserve (MRAR) Army Reserve Center (ARC) Building 662 - Sacramento, CA
    Buyer not available
    The Department of Defense is seeking contractors for the Design-Build Maintenance and Repair of the Army Reserve Center (ARC) Building 662 located in Sacramento, California. This project involves comprehensive construction services under the NAICS code 236220, focusing on the repair or alteration of miscellaneous buildings as classified by the PSC code Z2JZ. The opportunity is set aside for small businesses, emphasizing the importance of engaging local contractors to fulfill the needs of military facilities. Interested parties should contact Alex Hamilton at alex.j.hamilton@usace.army.mil for further details, as the presolicitation notice indicates a commitment to supporting small business participation in federal contracting.
    Repair LRS Warehouse Offices, Add Restroom, B158
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of the Logistics Readiness Squadron (LRS) Warehouse Offices at Columbus Air Force Base, Mississippi, under the project EEPZ239812. The scope of work includes demolishing existing structures, constructing new offices and breakrooms, and adding restroom facilities, with a focus on modern amenities and compliance with health, safety, and environmental regulations. This project is crucial for enhancing the functional workspace for military personnel and is estimated to have a contract value between $500,000 and $1,000,000, with a completion period of 300 days. Interested small businesses must respond to the Sources Sought Announcement by March 20, 2025, providing relevant company information and experience, and can contact TSgt Ranie Boukzam or Daniel Stilts for further details.
    Plating Shop Renovation, HAFB, UT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the renovation of the Plating Shop at Hill Air Force Base (HAFB) in Utah. This project falls under the NAICS code 236210 for Industrial Building Construction and involves the repair or alteration of industrial buildings, as classified by the PSC code Z2EZ. The renovation is crucial for maintaining operational efficiency and safety standards within the facility. Interested contractors can reach out to Aurielle Ruiz at aurielle.ruiz@usace.army.mil or by phone at 385-303-9446, or Amelia Bryant at Amelia.K.Bryant@usace.army.mil or 916-557-7685 for further details regarding the solicitation process.
    Repair Building 23 Cyber Operations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from potential sources for the repair of Building 23 Cyber Operations at the Sepulveda Air National Guard Station in California. The project, valued between $5 million and $10 million, involves extensive renovations, including demolition, internal reconfiguration, and upgrades to essential building systems to establish a secure operational area. This opportunity is crucial for enhancing the facility's capabilities and ensuring compliance with security standards. Interested contractors, particularly small businesses, must submit a written statement of intent to bid, along with details of their past projects and resources, to the primary contact, Kristian Martin Perlas, at 195wg.fal.msc.contracting.org@us.af.mil, by the specified deadline. This notice serves as a market research tool and does not constitute a solicitation for bids.
    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.
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    F-35 Maintenance Facility, Phase 1
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the construction of the F-35 Maintenance Facility, Phase 1, at Hill Air Force Base in Utah. This procurement aims to establish a facility dedicated to the maintenance of F-35 aircraft, which is critical for ensuring operational readiness and support for the U.S. Air Force's advanced fighter capabilities. The project falls under the NAICS code 236210 for Industrial Building Construction and the PSC code Y1EB for Construction of Maintenance Buildings. Interested parties can reach out to Natalia Gomez at natalia.gomez@usace.army.mil or by phone at 916-557-6868, or Michelle Spence at michelle.a.spence@usace.army.mil or 916-577-7900 for further information.