Laughlin AFB Sunshade Hail Screens CSO
ID: FA3099-24-S-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3099 47 CONF CCLAUGHLIN AFB, TX, 78843-5101, USA

PSC

CONSTRUCTION OF OTHER AIRFIELD STRUCTURES (Y1BZ)
Timeline
  1. 1
    Posted Jan 11, 2024, 5:13 PM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Feb 11, 2025, 6:30 PM UTC
Description

The Department of Defense, through the Air Force's 47th Contracting Squadron, is soliciting proposals for the design and installation of hail screens for sunshade structures at Laughlin Air Force Base (AFB) in Texas. This Commercial Solutions Opening (CSO) aims to address the need for protective measures for aircraft during severe weather, specifically targeting the T-1 and T-6 sunshade structures, with proposals accepted for varying scopes of work. The project is critical for safeguarding approximately 213 aircraft parked on the flight line apron, ensuring operational readiness during adverse weather conditions. Interested contractors can submit proposals until February 11, 2025, with potential funding between $150,000 and $250,000 available in Fiscal Year 2025, contingent upon budget approval. For inquiries, contact TSgt Benjamin M. Sanders at benjamin.sanders.2@us.af.mil or Charles M Frerich at charles.frerich@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Jan 23, 2025, 7:04 PM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Jan 23, 2025, 7:04 PM UTC
The document appears to contain a reference to an image (191105-F-IF668-0034.JPG) related to a government RFP or federal grant, but lacks specific details about its content or context. Given that it does not provide text or pertinent information regarding a project, proposal, or funding opportunity, it is unclear how this file fits within the framework of government RFPs, federal grants, or state/local RFPs. The sole reference being an image and its associated link offers no substantive data to analyze or summarize. Therefore, without additional context or elaboration on the image's subject matter, a detailed summary cannot be constructed. The lack of textual elements limits any in-depth analysis of themes, objectives, or implications surrounding governmental processes.
Jan 23, 2025, 7:04 PM UTC
The document addresses an RFP related to the retrofitting of sunshade structures at Laughlin Air Force Base (AFB) with hail screens. It outlines key performance requirements, specifying that they align with the previously posted Areas of Interest (AOI) and emphasizes flexibility in material sourcing, preferring environmentally friendly options. The government anticipates project funding between June and September 2025, although no current funding is available. The document also addresses structural engineering constraints, security protocols, and personnel requirements, such as background checks for contractors accessing restricted areas. Offerors are encouraged to submit diverse design proposals for hail screens for the existing T-1 and T-6 sunshade structures, with site visits required to assess existing conditions. The design can be motorized or manual, and there is existing power at the site, although the voltage remains unconfirmed. The core aim is to facilitate innovative solutions for retrofitting the sunshades while ensuring compliance with government standards and safety protocols.
Jan 21, 2025, 10:04 PM UTC
The 47th Contracting Flight (47 CONF) of the Air Force is conducting a Commercial Solutions Opening (CSO) to seek innovative solutions for Sun Shade Hail Screens at Laughlin AFB, Texas. This effort aims to obtain technologies that address specific needs and enhance mission capabilities for aircraft protection during severe weather. Offerors can submit proposals via a two-step process: initial white papers and subsequent virtual pitches. Successful proposals will potentially receive contracts from $150,000 to $250,000, based on demonstrated innovation, technical merit, and cost-effectiveness. Proposals must include a cover letter, a detailed white paper outlining technical solutions, and a pitch deck for live presentations. Important proposal elements include company credentials, pricing details, and compliance with government regulations. The contractor will be responsible for designing, providing materials, and installing hail screens that resist hail penetration and withstand high winds. The solicitation emphasizes the need for commercial solutions while ensuring compliance with safety and operational standards. This CSO exemplifies the Air Force's approach to fostering innovation through competitive procedures, aiming to procure effective solutions for real-world challenges faced at AETC bases.
The Air Force's 47th Contracting Squadron (47 CONS) is initiating a Commercial Solutions Opening (CSO) aimed at acquiring innovative solutions for Sun Shade Hail Screens at Laughlin AFB, TX. The solicitation, numbered FA3099-24-S-0001-A00001, is intended to address capability gaps and enhance mission capabilities through novel technologies. Proposals can be submitted until February 11, 2025, and must comply with specific requirements, including the capability to withstand hail and high winds. The CSO employs a two-step evaluation process inviting written proposals followed by virtual presentations. Successful submissions may receive contract funding between $150,000 and $250,000, subject to budget availability in Fiscal Year 2025. Offerors should highlight technical solutions, pricing details, and relevant company qualifications. Participants are instructed to submit a cover letter, a white paper detailing their technical solution, and a pitch deck, ensuring no classified information is included. Site visits can be arranged upon request, and inquiries regarding the CSO can be submitted via email. The contracting office emphasizes that the award is contingent upon available funding, emphasizing innovation and practicality in proposals.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Shade System Fabric TARP
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses for the procurement of a shade system fabric tarp for MacDill Air Force Base in Florida. The project involves replacing an existing tarp to protect Air Transportation Function (ATF) assets and personnel from adverse weather conditions, with specific requirements for the tarp including dimensions of 90' x 47', high-density polyethylene material with UV stabilization, and wind resistance up to 120 mph. This procurement is critical for maintaining safety and operational efficiency at the base, and proposals must be submitted by March 24, 2025, with inquiries directed to Jon Soucy at jon.soucy@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
Annual Sunshades Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Annual Sunshade Maintenance services at Tyndall Air Force Base (AFB) in Florida. The procurement aims to ensure the safety and reliability of aircraft sunshades through routine inspections, preventive maintenance, and necessary repairs, as outlined in the Performance Work Statement (PWS). This maintenance is critical for maintaining operational readiness and compliance with safety and environmental regulations. Interested parties must submit their quotes by April 14, 2025, and direct any questions to A1C Sarah Marip at sarah.marip@us.af.mil or SSgt Thomas Prospere at thomas.prospere@us.af.mil by April 7, 2025. The contract is set aside for small businesses under NAICS code 811310, with a minimum wage requirement of $17.75 per hour as per the Wage Determination No. 2015-4559.
Sources Sought B628, 629, 622, 247 T-6 Flightline Shacks
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking sources for the repair of T-6 Flightline Shacks located in buildings 628, 629, 622, and 247 at Columbus Air Force Base, Mississippi. The project involves a firm-fixed price renovation that includes the demolition and replacement of HVAC units, plumbing systems, and interior finishes, ensuring compliance with military standards and maintaining operational functionality during construction. This initiative is crucial for supporting T-6 Texan II maintenance operations, with an estimated construction value ranging from $250,000 to $500,000. Interested small businesses must submit their responses, detailing their capabilities and past experience, by April 3, 2025, to the designated contacts, TSgt Ranie Boukzam and Daniel Stilts, at the provided email addresses.
B-21 60 Row Environmental Protection Shelters - North
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is soliciting proposals for the construction of B-21 60 Row Environmental Protection Shelters in the northern region. This procurement involves significant changes in specifications and drawings, as outlined in the amendment, and aims to provide essential airfield structures that support military operations. The proposal due date has been extended to April 3, 2025, at 2:00 PM CT, and interested bidders should direct inquiries to Scott Dwyer at Scott.Dwyer@usace.army.mil or Jessica Jackson at jessica.r.jackson@usace.army.mil for further information.
FA462525R0004, Whiteman AFB Temporary Lodging Facilities Roofing Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the roofing replacement of Temporary Lodging Facilities (TLFs) at Whiteman Air Force Base in Missouri. The project involves replacing approximately 27,882 square feet of roofing across six buildings (B3001, B3003, B3201, B3203, B3205, and B3206) that have deteriorated over time, with the aim of enhancing accommodations for military personnel and their families. This initiative is crucial for maintaining operational readiness and ensuring adequate living conditions during relocation periods. Interested contractors must submit sealed bids by April 25, 2025, at 12:00 PM, with an estimated contract value between $250,000 and $500,000. For further inquiries, contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or Caleb Kirchhoff at caleb.kirchhoff@us.af.mil.
Lightning Protection Systems Repair Building 2024 PSFB CO
Buyer not available
The Department of Defense, specifically the U.S. Space Force, is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base in Colorado. Contractors are required to replace wind-damaged air terminal masts and ensure compliance with national and military codes, with a project timeline of 30 days and a necessity for coordination with project managers. This procurement emphasizes the importance of specialized repairs in maintaining military infrastructure and is set aside for small businesses, with a submission deadline for proposals on April 15, 2025, at 12:00 PM MT. Interested parties can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details.
432 MXG Sunshade Disposal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the disposal of five aircraft sunshades at Creech Air Force Base in Nevada. The project involves the safe demolition and disposal of materials, including structural steel and fabric covers, while adhering to federal, state, and local environmental regulations. This procurement is crucial for maintaining operational integrity and ensuring responsible environmental practices at the base. Interested small businesses must submit their quotes by April 8, 2025, via email to TSgt Kaitlin Hassman at kaitlin.hassman@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
Relocatable Vehicle Shelter- Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors regarding the design, construction, and installation of a relocatable vehicle shelter system. This Request for Information (RFI) aims to identify solutions that can accommodate the storage and maintenance of special purpose vehicles in cold weather, with specific requirements for vehicle capacity, structural integrity against snow and wind loads, and power capabilities. The shelter must be capable of housing five vehicles, withstand a snow load of 57 psf, and a wind speed of 110 mph, while also providing options for additional capacity and environmental controls. Interested parties should submit their responses electronically to Ryan Brenner at ryan.brenner.3@us.af.mil by April 16, 2025, with no limitations on submission length or format.
T-7A EGRESS, F-35 EAST CAMPUS HILL AFB, UT
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of maintenance buildings at Hill Air Force Base, Utah, under the project titled "T-7A EGRESS, F-35 EAST CAMPUS." This opportunity is set aside for small businesses and aims to enhance the infrastructure necessary for military operations. The solicitation number is W9123825RA009, with amendments issued to update offeror questions and instructions to proposers. Interested parties can reach out to Natalia Gomez at natalia.gomez@usace.army.mil or Michelle Spence at michelle.a.spence@usace.army.mil for further details, and they should be aware of the importance of adhering to the specified deadlines for proposal submissions.
Sources Sought Request: Nellis AFB Building 262 Hangar Addition / Alteration Design Build
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the design and construction of an addition and alteration to Building 262 Hangar at Nellis Air Force Base in Nevada. The project involves repairing a 1950s era hangar to accommodate a new F-35 Air Maintenance Squadron, which includes structural repairs, modifications to administrative spaces, and the construction of a 4,062 GSF addition with various support facilities. This procurement is crucial for enhancing military readiness and ensuring compliance with DoD standards, with an estimated construction price range between $10 million and $25 million and a total performance period of 730 calendar days. Interested parties must submit their capability statements to Roger Minami at Kinya.R.Minami@usace.army.mil by April 11, 2025, as this notice is for information gathering only and does not constitute a request for proposals.