AMENDMENT 001
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M2 USPFO ACTIVITY FLANG 125JACKSONVILLE, FL, 32218-7933, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals for a construction project related to the demolition of buildings at the Jacksonville Air National Guard Base in Florida. The project, titled "CWF DEMO," involves managing and mitigating asbestos-containing materials (ACM) as outlined in the Asbestos Management Plan, along with necessary utility infrastructure improvements, including water, fire protection, and electrical systems. This procurement is crucial for ensuring the safety and operational readiness of military facilities while adhering to federal and state regulations. Proposals are due by September 12, 2024, at 10:00 a.m. EDT, and interested contractors should contact TSgt Jonathan Acree at jonathan.acree@us.af.mil or Mark Penwell at mark.penwell.1@us.af.mil for further details.

    Files
    Title
    Posted
    The document outlines Amendment 0001 for RFP W50S6Y23RA008, focusing on a service contract related to a construction project. The key details include a deadline revision for proposals to September 12, 2024, at 10:00 a.m. EDT, and confirmation that no specific budget range is provided. Proposal submission requires both a technical proposal and a project plan detailing methodologies and disposal locations, without the need for Reps & Certs at submission. Relevant documentation such as an Asbestos Management Plan and Base Utility maps are included. The submission format allows for separate or combined pricing and technical volumes, while past performance evaluations will rely on the Supplier Performance Risk System. Additionally, all personnel must be US citizens or green card holders, requiring proper badging through the 125 Fighter Wing Form 2. The amendment ensures clarity on submission requirements and confirms that certain conditions, like the treatment of anchor bolts, are acceptable. Overall, this amendment is aimed at ensuring compliance and clarity for contractors in the bidding process, bolstering project management and safety standards.
    The Asbestos Management Plan for the Jacksonville Air National Guard Base details procedures for identifying, managing, and mitigating asbestos-containing materials (ACM) within the facility. Conducted from January 9-13, 2006, the asbestos survey evaluated 48 buildings, systematically identifying and assessing the status of suspect materials in accordance with AFI 32-1052. The primary objective is to protect personnel's health by ensuring ACM is managed effectively, typically by maintaining its condition unless removal is necessary due to deterioration or project-related disruptions. Key findings include the identification of ACM in various buildings, with recommendations for monitoring, repair, or removal based on a graded hazard assessment. Structures with no ACM or non-friable materials were also noted, along with the requirement for continuous monitoring and documentation of any changes in conditions. The management strategy emphasizes the importance of periodic inspections and comprehensive training for personnel involved in abatement efforts, complying with regulatory standards set forth by the EPA and OSHA. This plan reflects the Air National Guard's commitment to safe operational practices while dealing with potential asbestos hazards within its facilities.
    This document is an amendment to a solicitation related to the F35 Demo for CWF, identified as Amendment 0001. It outlines the procedures for acknowledging receipt of the amendment and provides instructions for changing previously submitted offers. The amendment specifies that proposals must be acknowledged by the stipulated deadline; failure to do so may result in rejection. The due date for proposals has been extended to September 12, 2024, at 10:00 a.m. Additionally, it includes administrative information such as contract IDs and the contracting officer's details. The amendment serves to clarify the solicitation process and ensure compliance with the updated schedule, maintaining the integrity of the original terms and conditions. Overall, it emphasizes the importance of timely communication in government contracting protocols.
    The document is a communications utility map related to the Florida Air National Guard, specifically the 125th Fighter Wing. It displays existing active and inactive communication lines in a designated area, indicating their locations through a visual map format. Key infrastructure features, such as Hercules Road, Saber Avenue, Sparrow Drive, and Mustang Avenue, are labeled, showcasing the layout of communication lines essential for operational efficiency. The map was designed and submitted by the Florida Air National Guard and is dated July 15, 2010, with an associated solicitation number. This utility map plays a crucial role in facilitating effective communication and planning for the Air National Guard's operations, supporting infrastructure development projects and compliance with federal guidelines. It underscores the importance of accurate mapping in maintaining and enhancing military communication lines, crucial for operational readiness and connectivity.
    The document outlines the infrastructure improvements for the Florida Air National Guard, specifically focusing on the water supply and fire protection systems at the 125th Civil Engineering Squadron facility. Key aspects include the requirement to sod areas disturbed by construction, specifications for PVC pipes used in various locations, and plans for a new fire protection pump house and water tanks. The overall potable water plan is referenced, indicating that this project is part of broader enhancements to ensure adequate water infrastructure. Notably, the document instructs that disturbed areas outside the specified zone must be seeded to promote recovery. The technical details and construction notes reflect compliance with general and specific engineering guidelines, crucial for facilitating safe and effective improvements in the district. The emphasis on water infrastructure and fire protection reinforces the importance of preparedness and safety in military facilities.
    The document pertains to an electrical base survey conducted for the Florida Air National Guard, specifically addressing several key installations, including switching units and electrical infrastructure. It details specific locations such as Sparrow Drive, Dagger Street, and various avenues in Jacksonville, FL. The plans include information on conduits, handholes, and designated units on the site map. The document outlines essential utility mapping efforts that assist in the management and operational efficiency of the Air National Guard facilities. The information is integral for planning maintenance, upgrading, or expanding electrical systems within the installation area and ensures the compliance with federal standards for military facilities. This survey is particularly significant as it reflects the government’s commitment to maintaining infrastructure while supporting operational readiness. The structured layout of the document categorizes locations and equipment systematically, showcasing an organized approach to electrical management within the project scope. Overall, it serves to guide future actions related to electrical services at the base, highlighting the importance of utility compatibility in military operations.
    The document outlines the design and plans for fire protection water infrastructure improvements for the Florida Air National Guard, specifically the 125th Civil Engineering Squadron. Key features of the project include the construction of new fire protection water tanks and a pump house, aimed at enhancing the overall fire safety capabilities of the facility. The design details are provided on specified engineering sheets, indicating the layout and locations of important infrastructure within the area. The document also includes references to necessary technical specifications and engineering approvals, demonstrating compliance with federal and state requirements. This project highlights the government’s commitment to ensuring robust safety systems for military operations, prioritizing both functionality and regulatory adherence.
    The document presents a utilities map and sanitary sewer base map for the Florida Air National Guard, specifically for the 125th Fighter Wing located in Jacksonville, Florida. It includes detailed specifications regarding various manholes (MH), top elevations (TOP EL), and inverts that provide essential data for sewer infrastructure. The elevations range across several locations, with depths and sizes of various components like force mains and gravity mains highlighted, ensuring the system's functionality. This infrastructure assessment is designed to support effective waste management and maintenance plans, which are fundamental for compliance with federal and state RFPs. The detailed plotting highlights the organization's commitment to maintaining service quality and environmental considerations, preparing for current and future infrastructural needs. Such documentation underlines the strategic role of government agencies in ensuring adequate public utilities management.
    Lifecycle
    Title
    Type
    AMENDMENT 001
    Currently viewing
    Special Notice
    Similar Opportunities
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    DSN/CSN Demo Dorm 631
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors for a design-build project involving the demolition of Dormitory 631 at Malmstrom Air Force Base in Montana. The project encompasses the complete demolition of the building, including its foundations, utilities, grading, and landscaping, with an estimated contract value ranging from $1 million to $5 million. This initiative is part of the Air Force's strategy to engage small businesses, particularly those qualifying as 8(a), HUBZone, Woman Owned Small Business, and Service-Disabled Veteran Owned Business, to ensure compliance with federal contracting regulations. Interested parties must submit their responses by 2:00 pm Mountain Time on September 26, 2024, to the primary contact, Cody Babinecz, at cody.babinecz@us.af.mil.
    Modular Rest Area Purchase/Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a modular rest area at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project aims to construct a 384 sq-ft modular rest area equipped with HVAC, lighting, and electrical systems to address safety concerns related to the current hazardous conditions due to the lack of proper facilities. This procurement is significant as it supports the health and safety of personnel while adhering to federal regulations, with a completion timeline of 90-120 days post-award. Interested contractors, particularly those classified as small businesses under the SBA guidelines, must submit their proposals by September 19, 2024, and can direct inquiries to Alexander Gibson or Christina Vargas via their provided emails.
    FY25 Multiple Award Construction Contract (MACC) recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) recompete at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses a wide range of construction services, including earthwork, infrastructure development, and various specialty contracting tasks, with the aim of awarding contracts to a minimum of five small businesses for a base year plus six optional one-year periods, and a potential six-month extension. The estimated contract ceiling ranges from $250 million to $500 million, with individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically, adhering to strict guidelines and deadlines, with a mandatory site visit scheduled for September 24, 2024. For further inquiries, contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
    Job Order Contract (JOC) Region A - W15QKN-24-R-5015
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) designated as Region A - W15QKN-24-R-5015. This contract aims to facilitate construction projects that involve real property repair, maintenance, minor construction, and asbestos abatement, with task orders primarily focused on general building renovations, road and pavement repairs, and environmental work. The work encompasses a variety of tasks, including minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation. This solicitation is specifically set aside for 8(a) firms serviced by the Small Business Administration Offices in New York (excluding Long Island), Massachusetts, Maine, Vermont, New Hampshire, Rhode Island, and parts of Pennsylvania. Interested parties can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Demetra Lynardakis at demetra.h.lynardakis.civ@army.mil or 609-562-5014 for further information.
    Moton Field Secure Space
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement, transportation, and installation of a modular building at Moton Field in Jordan. The project entails constructing a 40ft by 45ft facility that will include ten workstations, a Special Access Program compartmented area, and a briefing area capable of handling TS-SCI level classified material, all while adhering to stringent DoD and CENTCOM antiterrorism and force protection requirements. This procurement is critical for enhancing operational capabilities in a secure environment, ensuring compliance with federal regulations regarding Controlled Unclassified Information (CUI). Interested vendors must be U.S. citizens, sign a CUI Non-Disclosure Agreement, and submit proposals by September 9, 2024, with questions due by August 26, 2024. For further inquiries, contact Nelson Sosa at nelson.sosa@us.af.mil or SSgt Joseph Sablan at joseph.sablan.3@us.af.mil.
    BPA for Asbestos and Mold Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Blanket Purchase Agreement (BPA) for asbestos and mold testing services. The procurement aims to engage AHERA-accredited building inspectors to conduct inspections of suspected asbestos-containing materials, adhering to EPA regulations for sampling, documentation, and laboratory analysis. This initiative is crucial for hazard identification and remediation, ensuring compliance with environmental safety standards. Interested contractors must submit their signed proposals by September 23, 2024, at 3:00 PM Central Daylight Time, and are required to have an active registration in the System for Award Management (SAM). For further inquiries, Regina Gibson can be contacted at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    B267 Expand Hazardous Waste Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the hazardous waste storage facility at Columbus Air Force Base in Mississippi. The project involves site preparation, foundation laying, construction of block walls, installation of a roof, and the addition of safety features such as explosion-proof electrical equipment and fire protection systems. This expansion is crucial for enhancing the facility's capacity to manage hazardous waste safely and in compliance with federal regulations. Interested contractors must submit their proposals by September 12, 2024, and are encouraged to attend a site visit on September 10, 2024, to better understand the project requirements. The estimated contract value ranges between $250,000 and $500,000, and inquiries can be directed to Daniel Stilts at daniel.stilts@us.af.mil or LiConstance Hayes at 14cons.pka.construction@us.af.mil.
    Construct Multiple Pre-Engineered Buildings
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the construction of multiple Pre-Engineered Buildings (PEBs) at Chabelley Airfield in Djibouti. The project requires contractors to provide comprehensive services, including design, management, materials, and labor, adhering to specific federal guidelines and local building codes, with an estimated contract value between $1 million and $5 million. This initiative aims to modernize military infrastructure, ensuring operational readiness and compliance with safety standards in the region. Interested contractors must submit their proposals by September 19, 2024, and direct any inquiries to Kaitlin Hassman at kaitlin.hassman@us.af.mil or by phone at 3118244118.