Design/Bid/Build – Renovate Permanent Party Dorm B331, Altus AFB, OK
ID: FA8903RenovatePermanentPartyDormB331AltusAFBOKType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF TROOP HOUSING FACILITIES (Z2FC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking qualified small business contractors for the renovation of the Permanent Party Dorm B331 at Altus Air Force Base in Oklahoma. This project entails multi-disciplinary construction efforts, including the replacement of structural interiors, updates to HVAC and electrical systems, modernization of communication infrastructure, and environmental remediation, particularly concerning asbestos. The total project value is estimated between $10 million and $25 million, with an expected completion period of 15 months. Interested firms must demonstrate relevant experience and capabilities, ensuring compliance with the System for Award Management prior to contract award. For inquiries, contact Samuel Mendez at samuel.mendez@us.af.mil or 210-854-6081, or Laura Koog at laura.koog@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Installation Contracting Center (AFICC) is seeking small business qualifications for the renovation of the Permanent Party Dorm B331 at Altus AFB, Oklahoma. This project involves multi-disciplinary construction, requiring firms with expertise in renovating multi-story facilities, particularly those familiar with Air Force standards. The total project value is estimated between $10 million and $25 million with an expected completion period of 15 months. Key renovation tasks include replacing structural interiors, updating the HVAC and electrical systems, modernizing communication infrastructure, and addressing environmental concerns such as asbestos remediation. Interested firms, which may include Small Business, HUBZone, 8(a), WOSB, or SDVOSB contractors, must provide evidence of relevant experience and capabilities through project examples and information on key personnel. The intent is to evaluate responses to potentially establish a set-aside contract for small businesses. Contractors must also ensure compliance with the System for Award Management prior to contract award. This sources sought announcement serves to inform the acquisition strategy for this significant construction project, reflecting the Air Force’s commitment to enhancing its facilities responsibly.
    The document outlines a Request for Proposals (RFP) related to architectural and engineering (A&E) services for the U.S. Air Force, specifically focusing on requirements for both design services for Air Force dormitory renovations and overall design services within the Department of Defense. It requires firms to provide detailed firm information, including business classifications such as Small Business, Women-Owned Small Business, and experience in relevant locations, both within and outside the Contiguous United States (CONUS). The document emphasizes specific NAIC codes relevant to engineering services and asks firms to confirm their classifications, provide past performance details, and state their experience in designated states. Additionally, it notes that the gathered information will be confidentially retained by the Air Force to assist in development of acquisition strategies. This questionnaire serves to assess potential contractors' capabilities and expertise, ensuring they align with government needs for A&E services on military projects. The government seeks to streamline selections and enhance operational efficiency through this strategic sourcing.
    Lifecycle
    Similar Opportunities
    B2621 Dorm Construction Renovations
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the renovation of Dormitory Building 2621 at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project entails extensive renovations including the relocation of HVAC systems, refurbishment of bathrooms and bedrooms, and the upgrade of electrical and fire alarm systems, with a total area of approximately 24,530 square feet. This renovation is crucial for enhancing living conditions for military personnel and ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals electronically by February 14, 2025, at 3 PM EST, and should direct inquiries to Adam Donofrio at adam.donofrio@us.af.mil or Ramnarine Mahadeo at ramnarine.mahadeo.1@us.af.mil. The contract is set aside for 8(a) small businesses, with an estimated value between $10 million and $25 million.
    137th SOW - Building 1040 Repair / Renovation Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the renovation of Building 1040 at the Will Rogers Air National Guard Base in Oklahoma City, Oklahoma. This project, designated as Project YZEU142025, aims to upgrade the facility to enhance operational capabilities for the 137th Squadron, including improvements to the interior layout, mechanical systems, and fire protection measures. The contract is exclusively set aside for small businesses, with an estimated value between $5 million and $10 million, and bids are due by February 27, 2025, with a pre-bid conference scheduled for January 30, 2025. Interested contractors should contact Maj Ryan Moehle at ryan.moehle@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil for further details.
    Temporary Lodging Facilities (TLFs) and Magnolia Inn
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair, renovation, and refresh of Temporary Lodging Facilities (TLFs) and the Magnolia Inn at Columbus Air Force Base in Mississippi. The project involves comprehensive upgrades to ten TLF units, including structural improvements in plumbing, mechanical, electrical, and architectural elements, while adhering to federal regulations and Air Force standards. This initiative is crucial for modernizing military housing and ensuring consistent quality across facilities. Interested small businesses are encouraged to submit their responses by February 18, 2025, with an estimated contract value between $1,000,000 and $5,000,000. For further inquiries, contact Laura K. Morant at laura.morant.3@us.af.mil or call 662-434-7767.
    TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001
    Buyer not available
    The Department of Defense, specifically the Air Force Materiel Command, is soliciting proposals for the repair of ductwork at Tinker Air Force Base in Oklahoma under the project title "TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001." The project involves replacing corroded ductwork to enhance HVAC efficiency, requiring contractors to provide all necessary materials, labor, and equipment while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining operational efficiency and compliance with federal standards at military facilities. Interested contractors, particularly small businesses, must submit their proposals, including performance and payment bonds, by the specified deadline, and can direct inquiries to Stephen Palmer at stephen.palmer@us.af.mil or De'Vonn Lyons at devonn.lyons@us.af.mil for further information.
    Bomber Agile Common Hangar; 4-Dock Hangar at Tinker Air Force Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Tulsa District, is seeking contractors for the construction of the Bomber Agile Common Hangar (BACH) at Tinker Air Force Base in Oklahoma. This project involves the design and construction of a four-dock hangar, totaling approximately 197,003 square feet, which will support program depot maintenance for B-52 and future B-21 aircraft. The facility will include essential support spaces, advanced mechanical systems, and compliance with Department of Defense safety and energy efficiency standards. Interested parties are invited to attend a virtual Industry Forum on February 18, 2025, to discuss project details and provide feedback on the 65% design documents, with an estimated construction cost ranging from $250 million to $500 million. For inquiries, contact Jon Larvick at jon.a.larvick@usace.army.mil or Julie S. Hill at julie.s.hill@usace.army.mil.
    Offutt AFB Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense, through the 55th Contracting Squadron at Offutt Air Force Base (AFB) in Nebraska, is preparing to solicit proposals for a Multiple Award Construction Contract (MACC) aimed at fulfilling various military sustainment, restoration, modernization, and minor new construction projects. Contractors will be required to provide comprehensive management and resources to execute multiple task orders simultaneously, covering a wide range of construction and renovation tasks, including carpentry, plumbing, HVAC systems, electrical systems, and more. This opportunity is particularly significant as it supports the ongoing infrastructure needs of military facilities, with a total contract capacity of $49,999,999 over a potential five-year term, including one base year and four option years. Interested small businesses should contact Michael Madison at michael.madison.2@us.af.mil for further details, with the solicitation expected to be posted around December 6.
    Hangar 211 Repair & Fire Suppression
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the repair and fire suppression upgrade of Hangar 211 at Mountain Home Air Force Base in Idaho. The project, estimated to cost between $15 million and $20 million, involves significant structural repairs, the installation of an automated sprinkler system, electrical upgrades, and the provision of modular office trailers, with a total duration of 24 months allocated for design and construction phases. This initiative is crucial for maintaining military infrastructure while ensuring compliance with federal regulations and preserving historical properties. Interested small businesses, including those classified as Small Disadvantaged, HUBZone, SDVOSB, and Women-Owned, must respond by February 3, 2025, to express their interest and capabilities, with further inquiries directed to Caleb Ferch at caleb.ferch.1@us.af.mil or Ryan Rubenstein at ryan.rubenstein.1.@us.af.mil.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and interior renovation of Building 90131. This project aims to enhance the functionality and safety of the facility, which is crucial for supporting airfield operations. The procurement is set aside for small businesses under the SBA guidelines, and it falls under the NAICS code 236220, focusing on commercial and institutional building construction. Interested contractors can reach out to Richard Beaty at richard.beaty.3@us.af.mil or 850-884-2036, or Romeo Reyes at romeo.reyes.1@us.af.mil or 850-884-3288 for further details.
    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 90 days after receiving the notice to proceed, following a pre-bid conference scheduled for February 20, 2025. This procurement is crucial for maintaining operational readiness and safety standards, as the epoxy 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 6, 2025, at 10:00 AM CST, 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 for further information.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.