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 enhance various infrastructure aspects through multiple task orders, with a total contract value of up to $525 million, specifically set aside for participants of the 8(a) Business Development program. The projects will encompass a range of construction and renovation services, including maintenance, repair, and minor construction, with strict adherence to safety, environmental, and security protocols. Interested contractors must submit their proposals by the specified deadlines, with a pre-proposal conference scheduled for February 20, 2025, and proposals remaining valid until September 30, 2025. For further inquiries, potential bidders can contact Alyson R. Kolding at alyson.kolding@spaceforce.mil or Jennifer Paccioretti at jennifer.paccioretti@spaceforce.mil.

    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 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 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 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 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 OSS Airfield Window Cleaning & Janitorial Services
    Buyer not available
    The Department of Defense, through the United States Space Force, is soliciting proposals for airfield window cleaning and janitorial services at Vandenberg Space Force Base in California. The contract encompasses a range of cleaning services, including monthly window cleaning for the Air Traffic Control Tower, quarterly dusting of shades, biannual window cleaning for additional buildings, and annual carpet cleaning for specified floors. This procurement is critical for maintaining operational readiness and safety at military facilities, ensuring a clean and safe environment for personnel. Interested small businesses must submit their proposals by the deadline, with the contract valued at up to $22 million over multiple years, commencing on March 20, 2025. For further inquiries, potential bidders can contact Andrew Gabel at andrew.gabel@spaceforce.mil or Aaron Morse at aaron.morse@spaceforce.mil.
    30 CES Demolition Services for Buildings 886, 887, and 888
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The contractor will be responsible for all aspects of the demolition, including labor, materials, and the safe disposal of hazardous materials such as asbestos and lead-based paint, under a firm fixed price agreement valued at approximately $19 million. This procurement is crucial for maintaining operational safety and compliance with environmental regulations at the military installation. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Andrew Gabel or Kristofer Clark via their provided email addresses.
    FY25 Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is initiating a presolicitation for the FY25 Multiple Award Construction Contract (MACC) aimed at small businesses. This contract will focus on commercial and institutional building construction, particularly involving the repair or alteration of miscellaneous buildings at Fairchild Air Force Base in Washington. The procurement is significant as it supports the maintenance and enhancement of military infrastructure, ensuring operational readiness. Interested small business contractors can reach out to Tuyen Nguyen at tuyen.nguyen.2@us.af.mil or Richard Hedrick at richard.hedrick.2@us.af.mil for further details, with the contract set-aside under the SBA guidelines.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project involves the construction of a 30,300 square-foot facility designed to enhance military maintenance capabilities, with a budget estimated between $10 million and $25 million. The procurement is exclusively set aside for small businesses, and proposals will be evaluated based on technical capability, past performance, and price, with a strong emphasis on technical aspects. Interested contractors must submit their proposals by February 18, 2025, and are encouraged to attend a pre-proposal conference and site visit scheduled for January 14, 2025. For further inquiries, potential bidders can contact Christopher Davalos at christopher.davalos.1@us.af.mil or Kristopher K. Kahle at kristopher.kahle@us.af.mil.
    Multiple Award Construction Contract V - Hill AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses for the Multiple Award Construction Contract V (MACC V) at Hill Air Force Base in Utah. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for a variety of construction services, including design, alteration, and repair of facilities, with a maximum value of $500 million. The project is significant for enhancing military installations and includes specialized requirements such as fire suppression and sustainable building practices. Interested parties must submit a capabilities package by March 3, 2025, and are encouraged to participate in an industry day on March 12, 2025. For further inquiries, contact Rick Thomas at richard.thomas.52@us.af.mil or Greg Cypers at Gregory.cypers@us.af.mil.
    Buckley SFB Program Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Program Management Services at Buckley Space Force Base in Aurora, Colorado. The contract, designated as FA254325Q0005, aims to provide comprehensive program management support, including maintenance for facility utilities and dorm maintenance, with a total award amount of $25,500,000 over a performance period from March 30, 2025, to September 29, 2030. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations, including labor standards and subcontracting limitations. Interested contractors must submit their quotes by February 18, 2025, and can direct inquiries to Anna Mallett at anna.mallett@spaceforce.mil or Matt Kennedy at matthew.kennedy.24@spaceforce.mil.
    Offutt AFB Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense, through the 55th Contracting Squadron at Offutt Air Force Base (AFB) in Nebraska, is preparing to solicit proposals for a Multiple Award Construction Contract (MACC) aimed at fulfilling various military sustainment, restoration, modernization, and minor new construction projects. Contractors will be required to provide comprehensive management and resources to execute multiple task orders simultaneously, covering a wide range of construction and renovation tasks, including carpentry, plumbing, HVAC systems, electrical systems, and more. This opportunity is particularly significant as it supports the ongoing infrastructure needs of military facilities, with a total contract capacity of $49,999,999 over a potential five-year term, including one base year and four option years. Interested small businesses should contact Michael Madison at michael.madison.2@us.af.mil for further details, with the solicitation expected to be posted around December 6.
    Hood and Duct Cleaning - Vandenberg SFB, CA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified small businesses for hood and duct cleaning services at Vandenberg Space Force Base in California. The contract, identified as FA461025Q0008, requires comprehensive cleaning of commercial exhaust systems in various facilities, adhering to National Fire Protection Association (NFPA) standards, with a performance period from April 1, 2025, to March 31, 2026, and options for four additional years. This initiative is crucial for maintaining safety and health standards in government-operated facilities, ensuring proper ventilation and compliance with environmental regulations. Interested vendors must submit their quotations by February 24, 2025, and are encouraged to attend a site visit on February 11, 2025; for further inquiries, they can contact Tina Cox at Tina.Cox.4@spaceforce.mil or Kristofer Clark at kristofer.clark@spaceforce.mil.
    DRAFT: USACE SPK Design-Bid-Build (DBB) Construction F-35 East Campus Infrastructure Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to issue a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. The project, identified by solicitation number W9123825R0007, involves a range of construction tasks including the development of taxiways, roadways, pump stations, and upgrades to utility systems, necessitating coordination with both public and privatized utility services. This significant infrastructure project, with a budget between $100 million and $250 million, is crucial for enhancing operational capabilities at Hill AFB and is expected to be awarded by April 30, 2025. Interested contractors should register with the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on March 5, 2025, for further details.
    FA466425R0001 - SABER MAC IDIQ B+4 @ March ARB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at March Air Reserve Base in California. This opportunity is set aside for eligible small businesses under the 8(a) program and involves providing maintenance, repair, and minor construction services over a base period of one year, with four optional extensions. The project is crucial for maintaining operational capabilities and safety at the base, with a guaranteed minimum order amount of $2,000 and a focus on compliance with federal acquisition regulations and environmental standards. Interested contractors must submit sealed bids by February 28, 2025, and can contact Jon Aaron at jon.aaron@us.af.mil or Michael Dorsey at michael.dorsey.14@us.af.mil for further information.