Modernize BLDG 128
ID: W50S8Q-25-B-A002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OHANG 178SPRINGFIELD, OH, 45502-8785, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the modernization of Building 128 at the Springfield-Beckley OHANG Base. This project, which is set aside entirely for small businesses, involves construction activities with an estimated cost between $1,000,000 and $5,000,000, and will be awarded based on the most advantageous bid considering price-related factors. The modernization includes significant upgrades such as replacing existing cooling units, ensuring compliance with security specifications, and adhering to Davis-Bacon Act wage rates. Interested contractors must submit their sealed bids by August 15, 2025, and are encouraged to contact Seth Taylor at seth.taylor.8@us.af.mil or Herbert L. Brown at herbert.l.brown24.civ@army.mil for further information.

    Files
    Title
    Posted
    The "Abstract of Offers - Construction" document details the bids received for the W50S8Q-25-B-A002 solicitation, focusing on the "Modernize BLDG 128" project. The solicitation was issued on July 15, 2025, and opened on August 15, 2025. The certifying official, Carter Coleman, confirmed all offers were recorded. The government estimated the project cost at $3,356,000.00. Three offers were received: Pinnacle Construction bid $3,741,595.00, Ameritech Contracting LLC bid $3,984,000.00, and Carter Coleman's bid details were not fully specified in the provided text. Both Pinnacle Construction and Ameritech Contracting LLC acknowledged amendments and provided 20% bid security. This document is a critical record of the bidding process for a federal construction project.
    The document is an "Abstract of Offers - Construction Continuation Sheet," identified as Optional Form 1419A, used when more than two offers are received for a construction project. It expands upon the OF 1419, allowing for additional contract items and offers. The form details the solicitation number, project title ("Modernize BLDG 128"), and provides sections for multiple offerors, including their names (e.g., AWA Business Corporation, B.C. & G. Weithman Construction Company, Doyon Contracting Services LLC, Dawn Incorporated), bid security type and amount (e.g., "Yes, 20%"), and acknowledged amendments (e.g., "N/A"). It lists contract items with estimated quantities, unit prices, and estimated amounts, such as "Job" with an estimated amount of $3,812,077.00. This form is essential for government agencies to systematically record and compare multiple bids for construction projects, ensuring transparency and comprehensive evaluation.
    The Invitation for Bids (IFB) W50S8Q-25-B-A002 outlines the requirements for modernizing Building 128 at Springfield-Beckley OHANDB, a project set aside 100% for small businesses. A Firm Fixed Price (FFP) contract will be awarded based solely on price. A mandatory pre-bid site visit is scheduled for July 31, 2025, at 10:00 AM Local Time; attendees must register in advance with specific personal information for security clearance. All inquiries must be submitted via email to the contracting office, following a strict format, and are due seven working days before the bid opening. Technical data and amendments will be distributed via SAM.gov, requiring offerors to regularly check the website. Hand-carried bids must be deposited at the bid repository in Building 153 prior to the bid opening. The project is subject to Davis-Bacon Act wage rates. The government will not cover bid preparation costs. Clauses from the Federal Acquisition Regulation (FAR) are incorporated by reference. Unsuccessful bids will be retained. The apparent low bidder may be asked to provide qualifications. The project specifies the ADVANTOR security system due to compatibility requirements. A National Guard (NG) Agency Protest Program is available as an alternative dispute resolution forum.
    The document outlines the bidding process for the modernization of Building 128 at the Springfield-Beckley ANGB under solicitation W50S8Q-25-B-A002. The contract will be awarded to the responsible bidder with the most advantageous bid, focusing solely on price, and is exclusively set aside for small businesses. A pre-bid site visit is scheduled for July 31, 2025, requiring advance registration for security clearance. All inquiries must be directed to the Contracting Office via specified email, and responses will be posted on SAM.gov. The bid must be submitted to the designated repository before the opening, with late submissions potentially rejected. Applicable Davis-Bacon Act wage rates are mentioned, and bidders may need to prove their qualifications before award. The project also includes specific approval for the ADVANTOR security system due to compatibility requirements. Furthermore, a protest resolution process is outlined under the National Guard Agency Protest Program, allowing interested parties to address concerns without escalating to external forums. Overall, the document serves as a comprehensive guide for contractors interested in participating in this federal project, emphasizing compliance with regulations and procedures.
    The provided document is a "Request for Information" (RFI) form, a standard communication tool used in federal, state, and local government procurement processes, including RFPs and grants. Its primary purpose is to facilitate clear communication between a requesting party (Requestor) and a responding party (CE Response) regarding specific details of a solicitation or contract. The form allows the Requestor to inquire about discrepancies, request clarifications, or propose changes related to a project, citing specific solicitation/contract numbers, project locations, and detailed information requests. It also provides a structured format for the CE Response section to clarify existing terms or propose modifications, with provisions for an amendment if changes are introduced. This RFI ensures that all parties have a mutual understanding of the project requirements and conditions, promoting transparency and accuracy throughout the contracting lifecycle.
    This document is a Request for Information (RFI) related to a government solicitation or contract. It serves two primary functions: clarification of existing terms and conditions of the contract or proposing changes that may necessitate an official amendment. It includes sections for the requestor's details, such as contact information, project location, and a description of the information being requested. The RFI allows for inquiries regarding specifications, discrepancies, and relevant attachments. A clear timeline is established for responses, indicating urgency in communication between the requestor and the contracting office. Responses provided by the Contracting Officer or CE Representative will clarify submissions but do not alter contractual obligations unless explicitly stated. This RFI process is integral to ensuring transparency and accuracy in government procurement practices, facilitating collaboration and clear communication between agencies and potential contractors.
    The government file "W50S8Q-25-B-A002 Modernize BLDG 128 RFIs" addresses two key inquiries regarding personnel roles and documentation for a modernization project. The first inquiry sought clarification on whether a Site Superintendent could simultaneously serve as SSHO (Site Safety and Health Officer) and QC (Quality Control) Manager. The response affirmed this possibility, provided that all safety protocols, quality control guidelines, and required deliverables are met. The second inquiry requested the "RF Shielding Best Practice Guidelines" mentioned in the Statement of Work (SOW) at section 1.1.2.13, to which the response indicated that the guidelines had been attached. This document serves to clarify specific requirements and provide necessary documentation for the project, ensuring adherence to safety and quality standards.
    The document addresses clarifications related to the modernization of Building 128, as part of federal procurement processes. It confirms that a Site Superintendent is permitted to also serve as the Safety and Health Officer (SSHO) and Quality Control (QC) Manager, provided that they comply with all safety and quality control protocols outlined in the project's directives. Additionally, it responds to a request for the RF Shielding Best Practice Guidelines referenced in the Statement of Work (SOW), indicating that these guidelines have been attached to the documentation. This exchange highlights the importance of personnel qualifications and adherence to best practices in government-related construction projects, ensuring safety and quality standards are met throughout the modernization effort.
    The government file W50S8Q-25-B-A002 Modernize BLDG 128 RFIs clarifies various aspects of a modernization project for Building 128. Key points include allowing a Site Superintendent to concurrently serve as SSHO and QC Manager if all protocols are met and they are continuously present. RF shielding is required on the true floor and all secure area perimeter walls, extending to the roof decking. The project will replace existing CRAC units with equivalent cooling capacity and new batteries in the existing UPS, maintaining current power requirements. Secure area access is restricted to US persons, with strict prohibitions on personal electronics. The primary secure entrance door must meet specific IC Tech Specs for ICD/ICS 705. The document also addresses construction logistics, such as designated laydown areas, job trailer placement, and dumpster locations. It clarifies that photos of secure areas will not be provided, and outlines requirements for furnace replacement, drainpipe relining, CMU block wall construction, and exterior brick matching. It also specifies that ceilings in restrooms and janitor closets are to remain, and clarifies finishes for Rooms 24 and 31 (only LED strip lights) and the non-existence of a wall between Rooms 15, 35, and 36. The padded wall in Room 18 is to be fully demolished. The new automatic transfer switch will have bypass isolation and open transition. All work must occur during normal business hours due to security escort requirements, and taxes should not be included in proposals. The bid opening location has been changed to BLDG 151 on August 25th at 11 AM local time.
    The government is issuing an Invitation for Bids (IFB) for the "Modernize BLDG 128" construction project at Springfield-Beckley OHANG Base. This project, set aside for small businesses, has an estimated magnitude between $1,000,000 and $5,000,000. Key requirements include mandatory performance and payment bonds, and a firm-fixed-price contract. A pre-bid site visit is scheduled for July 31, 2025, with mandatory registration for access. Bids, due by August 15, 2025, at 11:00 AM local time, must be submitted in sealed envelopes and include a signed SF 1442, priced bid schedule, bid bond, and current SAM registration. All communications and amendments will be posted on SAM.gov, which also requires contractors to register for access to technical data. The project specifies the use of the ADVANTOR security system for compatibility reasons.
    The solicitation under Solicitation Number W50S8Q25BA002 invites bids for the modernization of Building 128 at the Springfield-Beckley OHANG Base, under a Firm Fixed Price contract. This project is designated for small businesses, with an estimated construction magnitude between $1 million and $5 million. Bidders must complete the “offer” section and provide a bid guarantee, performance and payment bonds, among other requirements. A mandatory pre-bid site visit is scheduled to familiarize bidders with the project site. All submissions must be made in accordance with the specified guidelines, including the incorporation of various federal regulations and certification requirements. Amendments and responses to inquiries will be posted on the SAM.gov website, which bidders are advised to check regularly. The selection will be based on the most advantageous bid to the government, primarily focusing on price-related factors. This document outlines comprehensive instructions for bidders, including site visit protocols, bid submission requirements, and compliance with established wage rates under the Davis-Bacon Act, ensuring adherence to federal contracting practices.
    This government file outlines requirements for federal government RFPs, grants, and state/local RFPs. It details specifications for mechanical, plumbing, and fire suppression systems, including assessments, demolitions, and new equipment installations. The document emphasizes adherence to VA standards, local regulations, and coordination among trades. Key aspects cover improvements to sprinkler systems, ductwork, and piping, with a focus on maintenance accessibility. It also addresses the integration of mechanical equipment and plumbing fixtures, ensuring strict guideline compliance. Safety measures, such as infection control and fire watches, are mandatory. The file underscores the need for detailed plans and hazard mitigation for health and environmental risks, particularly regarding asbestos, lead-based paint, and microbial growth, to ensure safety and regulatory compliance during facility modernization and restoration projects.
    The document appears to be a corrupt or unreadable file, resulting in a lack of coherent information regarding any specific government Request for Proposal (RFP) or grant application. Consequently, the main topic, key ideas, and supporting details cannot be discerned due to heavy artifacting and missing content. It lacks a clear structure typically found in documents concerning federal or state RFPs and grants, which usually include sections like objectives, scope, and requirements. Without identifiable content, summarizing or analyzing the document's purpose in the context of government funding initiatives is not possible. Effective engagement with the material requires a fully legible file to extract meaningful insights or data pertinent to governmental processes or initiatives.
    Lifecycle
    Title
    Type
    Modernize BLDG 128
    Currently viewing
    Solicitation
    Similar Opportunities
    183 CES Repair Vehicle Barriers
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    Maine Air National Guard Fuel Cell Hangar Construction
    Buyer not available
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Renovation of Building 12 Picatinny Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and it includes essential renovations and the potential addition of an emergency generator. The procurement process emphasizes the importance of compliance with various technical specifications and safety standards, particularly regarding mechanical and electrical systems, as well as adherence to the Buy American Act. Proposals must be submitted electronically by December 12, 2025, at 2:00 PM EST, to the designated contacts, Monica Coniglio and Matthew Lubiak, with a file size limit of 25MB per email.
    Bldg 250 Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Building 250 Roof Repair project located at Gabreski Airport in Westhampton Beach, NY. This project involves the repair of approximately 42,500 square feet of roofing, including the replacement of the membrane, flashing, gutters, downspouts, and walking tiles, with a project magnitude estimated between $500,000 and $1,000,000. The contract is set aside for small businesses under NAICS code 238160, with a size standard of $19 million in average annual revenue. Interested bidders are encouraged to attend a pre-bid conference and site visit on November 19, 2025, with bids due by December 10, 2025. For further inquiries, contractors may contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Rolando Rowe at rolando.rowe@us.af.mil. Funding for the project is anticipated to be available by November 30, 2025.
    183 CES Replace Security Forces Squadron Generator
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    Pre-notice of forth coming solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    183 CES Paint Munitions Buildings 143 & 154
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 2025.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.