Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
ID: FA813726R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8137 AFSC PZIOCTINKER AFB, OK, 73145-9125, USA

NAICS

Industrial Building Construction (236210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) program for construction, repair, and maintenance services at Tinker Air Force Base in Oklahoma. This program aims to provide a broad range of construction services, including Design-Build and Construction Only projects, with a focus on small business participation for projects valued under $25 million, while larger projects will be open to full competition. The BOA will be valid for up to five years, and interested contractors must submit proposals in response to the annual BOA Invitation to qualify for future Order Proposal Requests (OPRs). For further inquiries, contractors can contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil, with a proposal submission deadline of January 15, 2026, and a Pre-BOA Invitation Conference to be announced.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an "Experience Matrix" for offerors and their significant subcontractors to demonstrate their qualifications for general construction projects. This matrix requires detailed submissions of previous experience, focusing on complex projects involving sustainment, maintenance, repair, alteration/renovation, and minor construction. A key requirement is the inclusion of at least one design-build project with detailed engineering performed by licensed professionals. Offerors can submit up to five project examples, while subcontractors can provide up to three. Each submission mandates specific information, including company and subcontractor names, Cage Codes, government contract numbers, total dollar values, award and performance dates, prime or subcontractor status, customer names, and contact details for contracting and technical representatives. Additionally, a concise description of tasks performed for each project is required. The document also includes a self-certification section where the offeror attests to having permission to submit reference information and the authority to legally bind their company.
    The Tinker Air Force Base (TAFB) is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) Program for construction, repair, and maintenance services, including Design-Build and Construction Only projects. This program will be implemented in two phases: Phase One involves an annual competition for contractors to obtain a no-cost BOA, valid for up to five years, by demonstrating responsibility and responsiveness. Phase Two entails competitive Order Proposal Requests (OPRs) issued to qualified BOA holders for specific requirements. The NAICS Code is 236210, with a $45,000,000 size standard. Projects under $25M will be set aside for small businesses, while those over $25M will be full and open. A Pre-BOA Invitation Conference will be held, and a formal BOA Invitation will follow. Offerors must be registered in SAM.gov. The annual synopsis outlines various repair and renovation projects at TAFB, with estimated construction magnitudes ranging from under $25,000 to between $1,000,000 and $5,000,000, encompassing tasks like roof repairs, HVAC installations, restroom renovations, and generator replacements.
    This document outlines required Federal Acquisition Regulation (FAR) clauses and provisions for various government solicitations and contracts. It details specific regulations from 48 CFR, including their dates, prescriptions, and applicability based on contract value, type, and purpose. Key areas covered include definitions, independent price determination, gratuities, anti-kickback procedures, business ethics, whistleblower protections, security requirements, taxpayer identification, unique entity identifiers, and reporting executive compensation. The document also addresses rules for simplified acquisitions, sealed bidding, and negotiated procurements, alongside special conditions for construction contracts, specific industries (like helium), and contracts involving classified information or recovery act funds. DoD-specific deviations are noted for several clauses, emphasizing tailored application for defense contracts. The overall purpose is to ensure compliance with federal procurement regulations across a wide range of government contracting activities.
    The document outlines the Multiple Award Construction Basic Order Agreement (BOA) for sustainment, restoration, and modernization projects at Tinker Air Force Base, OK. This BOA serves as an agreement of terms and conditions, not a contract, with a five-year ordering period. The procurement involves a two-phase process: Phase One for competition among BOA holders based on technical and past performance factors, and Phase Two for competitive Order Proposal Requests (OPRs) within the BOA holder pool. Orders can vary in contract type (Firm-Fixed-Price, Cost, or both) and may be small business set-asides or full and open competitions. All orders above $10M are subject to FAR Part 15. Key terms and conditions, including scope of work, pricing, and period of performance, will be addressed at the order level. Questions regarding the BOA must be submitted by December 19, 2025, to the Contracting Officer and Contract Specialist. Submission of a proposal in response to this BOA Invitation is mandatory to compete for upcoming MAC BOA Orders.
    Similar Opportunities
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    Tri-Base Area Construction Basic Ordering Agreement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the Tri-Base Area Construction Basic Ordering Agreement (BOA) to perform various construction projects at RAF Lakenheath, RAF Mildenhall, and RAF Feltwell in the United Kingdom. The procurement aims to establish a framework for general construction, renovations, and maintenance services, ensuring compliance with U.S. and UK construction standards, health, safety, and environmental regulations. This BOA is crucial for maintaining and enhancing military infrastructure, with task orders to be competitively awarded based on pricing and quality criteria. Interested contractors should contact Mr. Roger Morris at roger.morris.7@us.af.mil or call 01638 522 394 for further details, and applications will be accepted on a rolling basis until the solicitation closes.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Hotel Lodging BPA
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Commercial and Institutional Building Construction
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial and institutional building construction services. This procurement aims to establish BPAs to facilitate the expeditious acquisition of various construction requirements in support of Naval operations, particularly in areas such as Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which will be awarded based on qualifications without a formal Request for Proposal. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.