Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California
ID: FA4610-25-R-0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base in California. This procurement aims to execute a broad range of maintenance, repair, and minor construction activities at the base and its remote locations, specifically targeting 8(a) Program Participants under the NAICS code 236220, which encompasses Commercial and Institutional Building Construction. The total contract value is anticipated to reach up to $525 million, with individual task orders ranging from $2,000 to $25 million, and proposals are due by March 13, 2025. Interested contractors should contact Alyson R. Kolding at alyson.kolding@spaceforce.mil or Jennifer Paccioretti at jennifer.paccioretti@spaceforce.mil for further details and must ensure registration in the System for Award Management (SAM) to be eligible for award.

    Files
    Title
    Posted
    The Western Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE MACC) aims to execute a variety of maintenance, repair, and minor construction projects at Vandenberg Space Force Base and its remote locations. The projects encompass numerous trades, including demolition, site work, electrical, mechanical, and specialty contracting. The scope outlines the need for detailed design submissions at various milestones (35%, 65%, 95%, and 100%) depending on pre-existing designs, with a total contract value capping at $562.5 million. Contractors will be required to provide performance and payment bonds for all task orders (TOs), and wage rates must comply with the Construction Wage Rate Requirements statute. The proposal and evaluation process emphasizes compliance with defined criteria, including technical understanding and past performance, and will primarily use the Lowest Price Technically Acceptable (LPTA) method for awarding TOs. Contractors must adhere to strict safety, environmental, and security requirements throughout the project execution, with thorough documentation and inspection protocols to ensure compliance with military standards. The contract emphasizes the government’s intent for ongoing maintenance of infrastructure while ensuring high standards of quality and accountability.
    The WOOKIE MACC (Western Range Operational Ordering Contract for Infrastructure Enhancement) Statement of Work outlines the procedures for executing maintenance, repair, and minor construction projects at Vandenberg Space Force Base. The contract is designed for various trades, including demolition, electrical, mechanical, and renovation work, focusing on upgrading aging infrastructure and ensuring compliance with modern standards, such as Anti-Terrorism and Force Protection. Key elements include definitions of design phases from 35% to 100%, which indicate the required level of detailed drawings and specifications. Contractors must submit fair proposals for Task Orders (TOs) based on issued Fair Opportunity Proposal Requests (FOPRs), with evaluations guided by schema like Lowest Price Technically Acceptable (LPTA). Wage rates subject to the Davis-Bacon Act and conditions regarding performance and payment bonds are specified. The contractor is obligated to commence work post-approval and maintain compliance with safety, environmental, and quality standards throughout the project lifecycle. Overall, this document serves as a comprehensive guideline for contractors, emphasizing structured project management and adherence to regulatory compliance across all construction and renovation activities at the facility.
    The Executive Summary Sheet of RFP FA461025R0006 outlines key contractor information required for proposal submission in response to a government request. It includes essential details such as the contractor's name, address, contact information, and unique identifiers (UEI, CAGE Code, DUNS). The sheet also highlights the contractor's eligibility under various small business classifications, including 8(a) and HUBZone categories. Additionally, it designates individuals authorized to negotiate or discuss the proposal, specifying a primary and an alternate point of contact along with their respective roles and contact numbers. This structured format aims to ensure that potential contractors provide comprehensive and relevant information to facilitate evaluation by government officials. The document's purpose underscores the importance of clear communication and organization in the bidding process for federal grants and RFPs while actively engaging small businesses in federal contracting opportunities.
    The document outlines the Price Proposal Template for solicitation FA461025R0006, focusing on the expected fully burdened hourly labor rates for various labor categories from fiscal year 2025 through fiscal year 2032. The specified labor categories include Site Superintendent, Quality Control Manager, and Project Manager. Offerors are required to fill in their proposed rates in the appropriate sections, noting that detailed guidance can be found in Section L of the associated solicitation. This template serves as a standardized format to ensure consistency across submissions for government contracting purposes, facilitating evaluation and comparison of labor costs in proposals. The emphasis on fully burdened rates indicates a need for comprehensive pricing that accounts for all associated costs beyond just salaries. This process is part of broader federal procurement practices aimed at transparency and fairness in grant and RFP processes at federal, state, and local levels.
    The document outlines a Request for Proposals (RFP) related to various categories of construction and renovation projects, emphasizing tasks necessary for public infrastructure and facility upgrades. Key categories include erosion stabilization, electrical generation and transmission line work, hazardous material abatement, and DoD anti-terrorism upgrades. Each category specifies requirements such as the involvement of registered engineers for design and the exclusion of routine maintenance tasks. Significant project tasks range from the construction of retaining walls and electrical systems to the installation of fire suppression systems and secured room constructions. Environmental and culturally sensitive projects are also addressed, detailing mandatory compliance with state and federal standards. Each category is defined with clarity on scope and constraints to guide potential contractors in targeting their proposals effectively while ensuring adherence to safety and regulatory benchmarks. This document serves as a structured framework for federal and state projects, outlining specific needs and qualifications, aiming to enhance public safety and infrastructure resilience.
    The document is a Self-Scoring Worksheet for Offerors participating in the RFP FA461025R0006, which outlines the evaluation criteria for relevant experience in various construction and engineering areas. The worksheet is divided into multiple categories, each with a specific point value allocation for different project types, such as erosion stabilization, electrical distribution, hazardous material abatement, and fire suppression systems. Offerors must provide their relevant project details in designated areas while maintaining the structure of the worksheet. Points are awarded based on projects completed in specific locations, number of design-build projects, complexity of projects, and qualifications of staff (project managers, superintendents, and quality control managers). Additionally, the financial stability of the contractor is assessed through bonding capacity and the contractor's licensing status. The total score caps at 75,000 points, emphasizing the importance of experience and qualifications to meet federal, state, and local government standards. This evaluation process is essential for determining which contractors are deemed capable of fulfilling the requirements set forth in this government solicitation.
    The Self-Scoring Worksheet for solicitation FA461025R0006 facilitates the evaluation of offerors based on their relevant experience and capabilities in various project categories. It outlines criteria for scoring, including experience in erosion stabilization, electrical systems, hazardous material abatement, and security enhancements at federal facilities. Offerors must document up to three projects per category, with each project worth 1000 points, contributing to a potential subtotal of 30,000 points. The worksheet also assesses the number of design-build projects completed as a prime contractor, particularly in specified California regions and military bases, with scores based on completion rates. Additionally, experience in complex projects, staffing qualifications, bonding capacity, and holding a California General Contractor's License are critical for achieving a maximum total score of 75,000. The document designates orange-shaded areas for offerors to fill while restricting changes to the overall framework, ensuring consistency in submissions. This structured approach is vital within the context of government RFPs as it establishes a standardized assessment mechanism for bidders, promoting transparency and comparability in evaluation processes. The worksheet emphasizes the importance of demonstrated qualifications and project-specific experience in winning government contracts.
    The document serves as a template for Offerors to detail their Relevant Experience Projects (REP) in response to a federal solicitation (FA461025R0006) related to various construction and renovation services. Offerors can submit up to thirty projects across defined categories, including Erosion Stabilization, Electrical Distribution, Hazardous Materials Abatement, and HVAC Systems, among others. Each submission requires detailed project identification with information such as the contractor name, contract number, project title, customer details, total performance period, and project value. Additionally, Offerors must provide excerpts from relevant contract documentation to validate their claims and justify their inclusion to demonstrate applicable experience. The document reinforces the need for thorough documentation and specificity in responses, aligning with federal regulations for evaluating proposals. The structured approach ensures that the government can effectively assess the capabilities and relevant experience of potential contractors, maintaining transparency and integrity in the procurement process.
    The document serves as a Relevant Experience Project (REP) template required for proposals in response to a government solicitation. It outlines the procedure for submitting up to thirty project descriptions, with a maximum of two pages per project, totaling 60 pages. The template highlights the necessity for detailed narratives, including project specifics like contractor names, contract numbers, project titles, client contacts, and financial details. Offerors must demonstrate relevant experience in specified categories such as Erosion Stabilization, Electrical Distribution, and Hazardous Material Abatement, among others. Each project must meet defined criteria, providing supporting documentation and statements of work in an appendix that doesn't count towards the total page limit. Proposals should be sent in PDF format, and all required information must be included for evaluation according to stated criteria in the solicitation. This systematic approach aims to ensure that the government can accurately assess the qualifications and past performance of bidders in various project categories, reinforcing compliance with federal RFP expectations.
    The document outlines wage determinations for construction projects in Santa Barbara County, California, under the Davis-Bacon Act, which mandates minimum wage rates for workers on federally funded projects. Effective from November 8, 2024, the determination specifies different rates for various job classifications, including specific wage rates for different construction roles such as asbestos workers, electricians, and ironworkers, with additional pay for hazardous environments and military bases. It notes that contracts awarded after January 30, 2022, require a minimum wage of $17.20 per hour for covered workers, while contracts from earlier periods may have different rates related to Executive Orders 14026 and 13658. The detailed classifications and associated rates ensure compliance with labor laws, provide essential worker protections, and guide contractors in their contractual obligations under federal regulations. This determination is crucial for enforcing fair labor standards and enhancing worker rights in the construction industry within the specified county.
    This document provides a wage determination for construction projects in Ventura County, California, under the Davis-Bacon Act. It outlines wage rates and fringe benefits applicable to various construction categories including building, heavy work, dredging, and highway projects. The document references two executive orders—14026 and 13658—detailing minimum wage requirements for contracts initiated or modified after specific dates, stipulating hourly wages for different classifications of workers. Specific wage rates for various occupations such as electricians, laborers, plumbers, and asbestos workers are detailed along with applicable fringe benefits. The summary includes special provisions for hazardous material handling, working conditions on military bases, and additional pay for specific classifications or hazardous work environments. Overall, this is a critical resource for contractors and workers, ensuring compliance with federal wage standards and protecting worker rights in public sector construction contracts, reflecting government efforts to uphold fair labor practices within federally funded projects.
    The document outlines the general decision number CA20250018, issued on February 7, 2025, regarding wage rates for construction projects across various counties in California. It specifies categories including building, heavy construction, dredging, and highway projects subject to the Davis-Bacon Act, which enforces a minimum wage based on federal executive orders. The wage determination includes minimum hourly rates and fringe benefits for a variety of labor classifications, such as asbestos removal workers, boilermakers, electricians, carpenters, and others, across different geographical areas in California. Notably, contracts after January 30, 2022, must align with Executive Order 14026, establishing a minimum wage of $17.75 per hour. The document serves as a regulatory framework to ensure fair compensation for workers involved in state and federally funded construction projects, promoting compliance with labor standards. Compliance requirements, wage adjustments, and area-specific classifications are crucial for contractors to follow, ensuring worker protections under federal laws.
    The document indicates a technical issue with accessing the content, specifically noting the requirement for Adobe Reader 8 or higher to view the file. It highlights potential incompatibility issues, either due to absent installations or incorrect configurations of the viewing environment. For resolution, it directs users to the Adobe website for installation and configuration guidance. The absence of substantive content prevents further elaboration. The focus of the document appears to revolve around resolving access issues related to federal government files, including RFPs and grants, underlining the importance of proper technological setup for engagement with government-related documentation.
    The "Schedule of Material Submittals" document pertains to the solicitation FA461025F0006 and outlines the requirements for material submissions during a construction project managed by the WOOKIE MACC. It includes a structured format for the project engineer and contract administrator to document various critical components such as shop drawings, samples, color selections, and technical data, all of which must be submitted in specified quantities. The document emphasizes the importance of compliance with schedules, listings, and the proper handling of warranty and certification documents. Each item listed requires a designated submission date and approval process, including tracking the submission status and potential resubmissions. Ultimately, this structured schedule facilitates organized oversight and ensures adherence to contractual obligations while supporting project management and accountability within government procurement processes.
    The Construction Cost Estimate document pertains to a proposal involving construction work at Eglin Air Force Base, Florida, as part of solicitation FA461025F0006. It outlines the necessary steps for bidders to prepare their cost estimates using the Construction Specifications Institute (CSI) format across 50 divisions. Contractors are instructed to fill in certain fields, note discrepancies with prefilled data without deletions, and detail any additional cost items in specified areas. The document emphasizes calculating percentages for general contractor overhead and profit, as well as subcontractors’ contributions. It features comprehensive sections for divisions including General Requirements, Concrete Work, and others, with the potential for future completion of additional divisions. Key data includes overall cost totals, separate sections for labor and materials, overhead percentages, and sales tax. The guide serves as a framework for contractors to generate accurate financial estimates in compliance with federal requirements, ensuring transparency and accountability within the bidding process for government-funded construction projects.
    The Vandenberg Space Force Base (SFB) General Requirements document outlines the essential guidelines for contractors involved in construction projects at Vandenberg SFB. It emphasizes strict adherence to safety, security, and operational protocols as articulated in the Statement of Work (SOW). Key points include managing work schedules, which must align with predetermined hours and mandatory work stoppages during critical launch periods, referred to as "Framelights." Contractors must coordinate closely with government project managers to mitigate work disruptions. Security protocols are stringent, requiring contractors to obtain necessary identification for site access and comply with military area entry policies. In terms of logistics, utilities necessary for project completion are provided at no charge but require prior coordination for outages. Safety regulations align with OSHA and Air Force standards, including mandatory training on hazardous materials. Coordination for work clearance using AF Form 103 is required before any construction begins. Furthermore, energy efficiency standards must be met in line with federal mandates. The document outlines various processes for reporting and submitting project documentation, including record drawings in specified formats. Overall, these requirements ensure project execution operates efficiently, safely, and in compliance with all relevant standards and regulations.
    The document outlines the environmental protection requirements for contractors engaged in projects at Vandenberg Space Force Base as part of the solicitation FA461025F0006. It highlights compliance with numerous federal, state, and local regulations concerning waste management, hazardous materials, and the protection of natural and cultural resources. Key sections include definitions of terms such as hazardous waste and contaminated materials, alongside guidelines for submittals, reporting, and training related to environmental management systems. Contractors must employ environmental managers to oversee compliance and conduct preconstruction surveys, regulatory notifications, and quality assurance audits. The document emphasizes the need for careful planning and coordination with regulatory bodies, ensuring the protection of wetlands, natural habitats, and historical artifacts. It requires the generation of solid waste management plans and monthly reporting on waste disposal practices, aiming for a minimum 50% recycling rate for waste generated. Overall, the file serves to ensure that all construction activities adhere to rigorous environmental standards, minimizing impacts on the surrounding ecosystem while fostering accountability through systematic reporting and compliance requirements. The guidelines aim to facilitate a balance between operational needs and environmental stewardship during contract execution.
    The U.S. Army Engineer Research and Development Center (ERDC) has developed the A/E/C Computer-Aided Design (CAD) Standard to streamline CAD practices across the Department of Defense (DoD) and federal agencies. The standard aims to establish a nonproprietary CAD framework that integrates existing industry standards for the life cycle of facilities. Key components include file organization, design model and sheet model definitions, level/layer assignments, and standard symbology, ensuring compatibility across various CAD software like Autodesk and Bentley. The document details electronic file naming conventions and emphasizes collaboration in CAD workflows to enhance project efficiency. This standard promotes uniformity, improves communication among disciplines, and is set for ongoing updates based on user feedback. Its implementation is critical for achieving consistent CAD products across the DoD, thus aligning with governmental objectives for modernization and efficiency in engineering and construction practices.
    The solicitation FA461025R0006 is for the Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base (SFB). This Indefinite Delivery/Indefinite Quantity (IDIQ) project aims to enhance various infrastructure aspects, awarding up to five firm-fixed price task orders totaling a maximum of $525 million. It is restricted to Participants of the 8(a) Business Development program, with a size standard of $45 million. Task orders will be awarded based on a Statement of Work (SOW) and can range from $2,000 to $25 million, with a $2,000 minimum guarantee for awarded contracts. A pre-proposal conference is set for February 20, 2025. Proposals must remain valid until September 30, 2025. The contract has provisions for on-ramping and off-ramping awardees based on performance, ensuring competition and compliance with the requirements. Additionally, it includes clauses for performance bonds, inspection of work, and stipulated timelines for project commencement and completion. This solicitation reflects the federal government's commitment to infrastructure enhancement while promoting small business engagement through competitive set-asides.
    The solicitation outlines the Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base. The project is designed for 8(a) Business Development participants under NAICS 236220, with a size standard of $45 million. Up to five firm-fixed price (FFP) task orders will be awarded, amounting to a maximum of $525 million, with individual orders ranging from $2,000 to $25 million. A pre-proposal conference is slated for February 20, 2025. Offers must remain valid through September 30, 2025, and include a minimum guarantee of $2,000. The acquisition encourages competition among eligible parties and establishes terms for performance and bonding requirements. The document specifies key dates and procedures for bidding, performance guarantees, and potential on-ramping or off-ramping of contractors based on performance. It emphasizes the importance of small business participation, compliance with labor laws, and adherence to safety and inspection protocols throughout the contract lifecycle. This solicitation reflects the federal government's commitment to infrastructure improvement while adhering to procurement regulations and promoting small business engagement.
    The Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) is a solicitation issued by the Vandenberg Space Force Base. This contract is aimed at carrying out maintenance, repair, and minor construction activities and is set aside specifically for 8(a) Business Development program participants. A total of five contracts will be awarded, with a cumulative maximum value of $525 million and individual task orders ranging from $2,000 to $25 million. The solicitation requires that proposals be valid through September 30, 2025, with a pre-proposal conference scheduled for February 20, 2025. The contract will have a five-year base ordering period from July 17, 2025, to July 16, 2030, with the possibility of a two-year extension. Additionally, mechanisms for on-ramping and off-ramping contractors during the contract term are outlined, enabling flexibility in contract management based on performance. All proposals must meet specific requirements related to performance bonds and acceptance timelines. This initiative is a critical component of the U.S. government's investment in infrastructure enhancement at the Space Force Base, ensuring compliance with federal acquisition regulations and support for small business engagement.
    This document is an amendment to the solicitation FA461025R0006, specifically addressing modifications to the Statement of Work (SOW) and the evaluation process for proposals in regard to the Western Operational Ordering Contract for Infrastructure Enhancement Multiple Award Construction Contract (WOOKIE MACC). The amendment adjusts financial thresholds in the SOW, updates applicable codes, and clarifies evaluation factors. It outlines that contracts will be awarded using the Highest Technically Rated Offeror methodology, emphasizing technical excellence alongside fair pricing. Proposal compliance, substantiation, and the determination of offeror responsibility are key focal points, ensuring bidders adhere to all solicitation guidelines. Up to five contracts will be awarded to qualified 8(a) businesses, with a total ceiling of $525 million over a five-year base period plus an option. This amendment reinforces the government's commitment to transparency and fairness in the bidding process, highlighting the importance of accurate documentation and compliance to secure contract awards. Overall, the document serves as a critical fiscal and administrative guideline for potential contractors looking to bid on federal projects related to infrastructure enhancement at Vandenberg Space Force Base.
    The document outlines amendment 02 for solicitation FA461025R0006, part of the Western-Range Operational Ordering Contract (WOOKIE MACC), aimed at construction and maintenance projects at Vandenberg Space Force Base, California. It provides an updated bidding process and outlines requirements for eligible 8(a) small businesses. Amendments include changes to proposal page count rules and evaluation criteria, emphasizing the submission of a Self-Scoring Worksheet to document technical experiences and bonding capacities. The solicitation encourages multiple contract awards to high-scoring proposals based on technical merits and reasonable pricing, permitting up to five contracts with a ceiling of $525 million over a five-year period. Offerors must present thorough documentation to demonstrate their capabilities, including validated experience in complex projects and adherence to bonding requirements. Proposal integrity is emphasized, with strict compliance required to avoid disqualification due to unsubstantiated claims. Overall, the amendment aims to ensure a competitive procurement process while adhering to federal regulations and guidelines.
    This document serves as an amendment to solicitation FA461025R0006 regarding contract modifications as mandated by the Office of the Secretary of Defense. It primarily extends timelines for offer submissions and outlines changes to specific clauses. Major alterations include the removal of several FAR clauses and the incorporation of new clause deviations, particularly related to apprentices, subcontracts for commercial products, and revised annual certifications. The amendment underscores compliance with regulations and seeks to ensure adherence to equal employment opportunity standards and small business protocols. Importantly, it reflects a commitment to maintaining transparency and equity in federal contracting. The document retains the overall structure of federal solicitation amendments, addressing acknowledgment requirements, administrative changes, and modifications relevant to the contracting process. The focus is on updating procurement conditions while ensuring all other contract terms remain applicable and in force.
    The document pertains to the Department of the Air Force's Requests for Information for the Simplified Acquisition of Base Engineering Requirements (SABER) Program at Vandenberg Space Force Base. It addresses inquiries from potential offerors regarding the RFP's evaluation criteria, particularly in relation to recent changes in government contracting rules, including DFARS Section 865 associated with past performance evaluations. The responses clarify that past performance is not a required evaluation factor for this solicitation, and specific joint venture requirements for 8(a) concerns are delineated. Further, questions about scoring related to project locations, joint ventures, and qualifications are answered, emphasizing that all offerors will utilize a maximum of 30 projects across different scoring sections. The government maintains that the structure of evaluation is designed to encourage a diverse project portfolio, thereby sustaining a competitive environment. Ultimately, the document serves to clear up ambiguities in the RFP and reinforce the government's intent regarding evaluation criteria, ensuring fairness and clarity in the bidding process.
    The United States Space Force is seeking proposals through its Simplified Acquisition of Base Engineering Requirements (SABER) Program at Vandenberg Space Force Base (VSFB). The document clarifies the evaluation process and response requirements for potential contractors. Notably, the government has opted not to include past performance evaluations as a criterion for award decisions, focusing instead on contractors’ relevant experiences and capabilities. Specific questions concerning joint ventures, project categorization, and documentation requirements are addressed, detailing that projects from affiliates will not be considered, and projects may count towards multiple categories only if adequately justified. The document further establishes page limits for submissions, outlines acceptable experiences, and emphasizes that no extensions will be provided for proposal submission dates. The overall aim is to standardize evaluation criteria and encourage competitive bidding while maintaining a focus on the unique requirements of CALIFORNIA regulations concerning hazardous materials. Contractors must submit a clear portfolio of relevant experience within the stipulated guidelines to participate effectively in the bid process. Maintaining clarity and adherence to submission expectations is essential for successful proposal evaluations under this program.
    The WOOKIE MACC Industry Day meeting took place on February 20, 2025, lasting approximately 9 hours and attended by 76 participants. The event aimed to engage federal contractors and local businesses in discussions related to federal RFPs and grants, particularly in the construction and services sectors. Key attendees included U.S. Space Force representatives and various unverified participants from construction and engineering firms. The meeting featured multiple organizers and a diverse array of attendees, with some staying for extended durations, indicating high interest and engagement. Notably, the majority of participants were unverified, which may impact follow-up actions or assessments. Overall, the Industry Day served its purpose by facilitating communication between the federal government and prospective contractors, highlighting essential opportunities for collaboration within federal funding mechanisms. The strong attendance and participation reflect the industry's engagement level and the ongoing interest in public contracting within various sectors.
    The document outlines a list of individuals associated with various organizations, primarily related to federal grants and requests for proposals (RFPs). Each entry includes details such as ID, timestamps for start and completion, names, organizations, phone numbers, and email addresses. Key participants represent a variety of contractors and agencies related to the Space Force and other construction and engineering firms, indicating a wide interest in contracting opportunities. This registry appears to be part of a broader initiative to facilitate collaboration and communication among potential partners in government contracting projects scheduled for February 20, 2025. The overall purpose is to establish a network of contractors and stakeholders ready to engage in upcoming federal and state projects, ensuring compliance and efficiency in the procurement process. The compilation of contacts suggests an emphasis on fostering partnerships that enhance service delivery and project execution within the realm of government contracting.
    The document outlines a Request for Information (RFI) related to Draft Solicitation FA4610-24-R-0012 for the Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) at Vandenberg Space Force Base, CA. It addresses various questions regarding proposal requirements, including eligibility criteria for offerors, project experience scoring, and documentation submission protocols. Key topics include specific scoring criteria for relevant experience, the need for compliance with local regulations, and the implications of 8(a) program participation on contractor eligibility. The government emphasizes that while having multiple projects in Santa Barbara County may maximize scoring, it recognizes the potential difficulty in achieving the maximum requirements, particularly for offerors with diverse project experiences. Clarifications on formatting, submission limits, and contractor documentation requirements are provided to streamline the proposal process. The RFI aims to refine the final RFP, ensuring clear guidelines for contractors interested in bidding on this significant infrastructure project.
    Similar Opportunities
    30 CES Demolition Services for Buildings 533 and 541
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide demolition services for Buildings 533 and 541 at Vandenberg Space Force Base in California. The project entails the complete demolition of the structures, including the removal of foundations and associated equipment, while ensuring compliance with environmental regulations regarding hazardous materials such as asbestos and lead-based paint. This procurement is part of a HUBZone set-aside competition under NAICS code 238910, with a total contract value estimated at $19 million, and proposals are due by March 21, 2025, at 12:00 PM PST. Interested parties should direct inquiries to Andrew Gabel or Kristofer Clark via email and are encouraged to attend a site visit scheduled for March 13, 2025.
    KSCC 18-1525 Construct Vehicle Barriers
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the construction of vehicle barriers at the Kennedy Space Center in Florida, under the project titled KSCC 18-1525. The project involves the installation of antiterrorism barriers, including bollards and cable fence barriers, requiring the provision of all necessary materials, labor, and equipment, along with foundational and steel designs. This procurement is categorized under NAICS Code 236220 and is set aside for Women-Owned Small Businesses, with an anticipated construction value between $500,000 and $1,000,000 and a performance period of 170 days following the Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and can expect the Invitation for Bid (IFB) to be published on sam.gov around March 26, 2025, with bids due 30 days later. For further inquiries, potential bidders may contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Patricia A. Bates, Contracting Officer, at patricia.bates@spaceforce.mil or by phone at 321-494-7120.
    Okinawa Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Okinawa Multiple Award Construction Contract (MACC), which will provide Indefinite-Delivery, Indefinite-Quantity (IDIQ) construction services throughout Japan. This contract encompasses a wide range of design-build and construction-only projects, requiring contractors to supply all necessary labor, materials, and equipment for maintenance, repair, and minor construction tasks on military bases and other real properties. The total program ceiling is set at $995 million over five years, with individual task orders ranging from a minimum of $500,000 to a maximum of $25 million. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) by March 28, 2025, and are encouraged to attend a virtual pre-proposal conference on February 28, 2025. For further inquiries, contact Kurt Stuebs at kurt.stuebs.2@us.af.mil or Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil.
    Offutt AFB Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Multiple Award Construction Contract (MACC) at Offutt Air Force Base in Nebraska, aimed specifically at small businesses. This contract will encompass a variety of construction and design-build projects, with the government planning to award contracts to at least eight qualified offerors, ensuring compliance with federal regulations and promoting small business participation. The estimated total expenditure for this contract is capped at $49,999,999, with individual project magnitudes ranging from $250,000 to $1 million. Interested contractors must submit their proposals by April 8, 2025, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Cassandra Janousek at cassandra.janousek@us.af.mil.
    PKA - Multiple Award Construction Contract (MACC) Travis AFB, CA
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron, is planning to solicit a Multiple Award Construction Contract (MACC) for Travis Air Force Base in California. This contract, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, will cover a range of construction-related tasks, including maintenance, renovations, and demolition, to be executed via individual Task Orders. The total potential value of the task orders is estimated at up to $95 million over a seven-year period, with individual orders ranging from $50,000 to $10 million, and the contract is set aside for 8(a) small businesses under NAICS code 238990. Interested contractors must register in the System for Award Management (SAM) database and are encouraged to attend a scheduled site visit, with the solicitation expected to be released around April 30, 2025. For further inquiries, interested parties can contact Karly Zamiar at karly.zamiar@us.af.mil or Rory Gardner at rory.gardner@us.af.mil.
    Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron at Malmstrom Air Force Base in Montana, is seeking small business contractors for a Multiple Award Construction Contract (MACC). This initiative aims to establish indefinite-delivery indefinite-quantity contracts for various construction, repair, maintenance, and alteration projects involving real property assets across the base and associated sites in Montana, specifically targeting small business categories such as 8(a), HUBZone, Woman-Owned Small Businesses, and Service-Disabled Veteran-Owned Businesses as prime contractors. The planned MACC will have a basic ordering period of five years, with an option for two additional years, and is expected to award around eight contracts, with project values ranging from $100,000 to $6 million and an overall contract capacity capped at $100 million. Interested parties must submit their qualifications and relevant information to Cody Babinecz at cody.babinecz@us.af.mil by April 11, 2025.
    Construction of B-21 Worldwide Warehouse Redistribution Service (WRSS) Armament Storage, Whiteman Air Force Base, Missouri.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking qualified contractors for the construction of the B-21 Worldwide Warehouse Redistribution Service (WRSS) Armament Storage at Whiteman Air Force Base, Missouri. This project involves a Design-Bid-Build (DBB) contract for the construction of an addition to an existing facility, requiring modifications to various utility systems to ensure a complete and functional armament storage facility. The anticipated contract value is between $10 million and $25 million, with a total small business set-aside, and interested parties must submit their qualifications by March 28, 2025, to David Miller at david.f.miller@usace.army.mil. A webinar will be held for interested contractors, and registration details are available upon request.
    Travis AFB - MACC BOA, Amendment 01
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the Travis Air Force Base Multiple Award Construction Basic Ordering Agreement (BOA) Program, aimed at providing a wide range of construction, repair, and maintenance services for real property. The BOAs will be valid for up to five years and will involve competitive task orders awarded based solely on price and price-related factors, with an estimated 21 orders issued annually, each ranging from $2,000 to $1.5 million. This procurement is critical for maintaining and enhancing the infrastructure at Travis AFB, and interested parties must have an active registration with SAM.gov and submit their responses to the attached Questions to Industry document by 12:00 PM PDT on March 21, 2025. For further inquiries, contractors can contact SrA John R. De Pedro at 707-424-1793 or via email at johnrexter.depedro@us.af.mil.
    Construction of B-21 Radio Frequency (RF) Hangar, Whiteman Air Force Base, Missouri
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified contractors for the construction of a new B-21 Radio Frequency (RF) Hangar at Whiteman Air Force Base in Missouri. This Design-Bid-Build (DBB) contract will involve the creation of a facility encompassing 5,345 square meters (57,532 square feet) that includes both unclassified and classified spaces, along with supporting infrastructure such as utilities and site improvements. The project is significant for enhancing military capabilities and is estimated to have a contract value between $25 million and $100 million. Interested firms must submit their qualifications by March 28, 2025, and can direct inquiries to David Miller at david.f.miller@usace.army.mil or Michael France at michael.g.france@usace.army.mil.
    Vandenberg Space Force Base Campus Consolidation Electrical Infrastructure
    Buyer not available
    The National Reconnaissance Office (NRO), under the Department of Defense, is initiating the Vandenberg Space Force Base Campus Consolidation Electrical Infrastructure Project, aimed at consolidating various NRO facilities into a designated campus area in Lompoc, California. The project focuses on establishing reliable power sources by creating two new 12.47 kV electrical circuits connected to existing substations, reflecting NRO's commitment to enhancing infrastructure efficiency and operational reliability. An Invitation for Bid (IFB) will be announced on the Acquisition Research Center (ARC) website in March 2025, and interested parties are encouraged to register early to access the procurement process. For further inquiries, contact Alisia Waldon at waldonal@nro.mil or 703-808-4714, or Gary Lund at lundgary@nro.mil.