B267 Expand Hazardous Waste Facility
ID: FA302224R0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the hazardous waste storage facility at Columbus Air Force Base in Mississippi. The project involves site preparation, foundation laying, construction of block walls, installation of a roof, and the addition of safety features such as explosion-proof electrical equipment and fire protection systems. This expansion is crucial for enhancing the facility's capacity to manage hazardous waste safely and in compliance with federal regulations. Interested contractors must submit their proposals by September 12, 2024, and are encouraged to attend a site visit on September 10, 2024, to better understand the project requirements. The estimated contract value ranges between $250,000 and $500,000, and inquiries can be directed to Daniel Stilts at daniel.stilts@us.af.mil or LiConstance Hayes at 14cons.pka.construction@us.af.mil.

    Files
    Title
    Posted
    The document outlines a set of responses to questions regarding a Request for Information (RFI) associated with the project FA302224R0012, specifically focusing on the expansion of hazardous waste storage. Key clarifications include that the new wall blocks do not require insulation apart from their inherent properties, and the fire sprinkler system is identified as a dry pipe system, contrary to earlier assumptions of it being a wet system. Furthermore, there is an identified issue with a 1" drain pipe leaking water, which requires attention during the installation of new piping. This document serves to clarify technical details essential for planning and executing improvements to the hazardous waste storage facility, thereby supporting compliance with safety standards and ensuring effective project delivery. Such RFIs are integral to the federal procurement process, facilitating communication between bidders and project owners to ensure all parties have a clear understanding of project requirements before moving forward.
    The document outlines the requirements for submitting a Construction Price Proposal for a government solicitation. It includes sections for vendor information, project details, and necessary documentation such as bonds and insurance. Vendors are instructed to provide detailed cost breakdowns categorized by design phases, materials, equipment, labor, and other miscellaneous charges. The emphasis is on submitting a comprehensive and verifiable cost proposal, reflecting current and accurate pricing. The document states the importance of adherence to federal regulations regarding cost data, underscoring the vendor's responsibility to justify the proposed prices. Ultimately, this file serves to guide contractors in preparing robust proposals that meet government expectations for transparency and accountability in funding allocations for construction projects.
    The document outlines procedures and guidelines for handling Controlled Unclassified Information (CUI) within the Department of Defense (DoD). It defines CUI, its categories, and the necessity to protect unclassified information that requires access controls due to law or regulation. The document specifies two levels of CUI: Basic and Specified, with distinct handling protocols for each. It describes types of CUI, including Controlled Technical Information and privacy-related records, and emphasizes the importance of proper marking and dissemination controls to prevent unauthorized access. Additionally, the procedures for protecting, shipping, reproducing, and destroying CUI are detailed. Emphasis is laid on the significance of safeguarding information, with potential penalties for unauthorized disclosure, reinforcing the need for compliance with established security protocols. Overall, the document serves as a comprehensive guide for ensuring the security and correct management of CUI, critical for maintaining operational integrity and compliance within federal regulations related to RFPs and grants.
    The AF Form 66 outlines the requirements for the "Expand Hazardous Waste" project (Project No: EEPZ216100) scheduled for approval on May 7, 2024. This extensive document details essential construction elements, submittals, and compliance mandates required by contractors, including shop drawings, as-built drawings, progress schedules, and hazardous waste reports. Specific items listed include certificates of compliance, state licenses, and plans for environmental and safety considerations, emphasizing strict adherence to hazardous materials management. The project necessitates documentation for various stages, including a work plan and weekly inspection reports, alongside schedules for material submittals across multiple disciplines—environmental, architectural, civil, mechanical, electrical, and special systems. The tracking of hazardous materials is a critical component, with a dedicated form for contractors to report usage, ensuring regulatory compliance throughout the project's lifecycle. This comprehensive guide serves as a roadmap for contractors, ensuring that all necessary approvals and safety protocols align with federal, state, and local guidelines, reinforcing the government’s commitment to managing hazardous waste effectively while maintaining safety and environmental integrity during construction activities.
    The Department of the Air Force issues a memorandum to contractors at Columbus Air Force Base regarding the safeguarding of Controlled Unclassified Information (CUI). The document outlines mandatory procedures for all contractors and subcontractors, emphasizing compliance with federal regulations. Key requirements include the necessity for contractors to undergo DoD CUI training before accessing CUI, submitting signed acknowledgment of training completion prior to receiving classified materials, and reporting any improper disclosures within 72 hours. The memorandum reinforces the importance of protecting sensitive information in alignment with government standards and policies, ensuring contractors understand their responsibilities in handling CUI throughout the contract lifecycle. This document is essential for maintaining the integrity and security of federal contract information systems within the Air Force operations.
    The document outlines a federal solicitation for the construction project titled "Expand Hazardous Waste Facility" at Columbus AFB. The project aims to expand the hazardous waste storage facility, including site preparation, foundation laying, wall construction, addition of a roof, and installation of safety equipment like fire protection systems. Offerors must submit sealed bids according to specific instructions and are required to provide performance and payment bonds. The contractor must commence work within ten calendar days of receiving a Notice to Proceed and complete it within 365 calendar days. The solicitation also details additional requirements, including compliance with various federal regulations and clauses relating to payment, subcontracting, and clearances for hazardous materials. The project emphasizes adhering to safety standards and maintaining high-quality workmanship throughout its execution, reflecting the government's commitment to responsible environmental management and contractor accountability. The document serves as part of the larger framework of federal and local RFPs intended to stimulate economic activity through regulated construction projects.
    The Design-Build Statement of Work (SOW) for project EEPZ216100 is focused on expanding the hazardous waste storage facility B267 at Columbus Air Force Base, Mississippi. The contractor is tasked with providing all necessary labor, equipment, and materials to complete the addition, which will include improvements such as constructing new walls, installing explosion-proof lighting, and updating the fire alarm system. The project entails site preparations, foundation laying, and adhering to safety and environmental standards. Significant responsibilities include the demolition of existing structures for a seamless transition to the new built environment and the installation of safety measures like fire protection systems. The government will not provide any materials. The contractor must ensure compliance with federal, state, and local regulations, as well as applicable Unified Facilities Criteria. The SOW outlines specific design requirements, submission timelines, quality control measures, and safety protocols throughout construction. It emphasizes rigorous project management and communication with government officials while ensuring an efficient workflow that minimizes disruption at CAFB. The total period of performance for the project is set at 365 days, requiring close coordination and accountability from both the contractor and the overseeing authorities.
    The document outlines wage determinations for building construction projects in Mississippi, specifically under General Decision Number MS20240045 effective January 5, 2024. It does not cover single-family homes or apartments up to four stories. Contractors must adhere to the Davis-Bacon Act, paying at least the minimum wage set by Executive Orders 14026 ($17.20) or 13658 ($12.90) based on contract dates. It includes wage rates for various classifications such as electricians, ironworkers, and plumbers, with specifics on base pay and fringe benefits. The document emphasizes contractor compliance with federal standards, including provisions for paid sick leave and the process for appealing wage determinations. It serves as a critical resource for ensuring fair labor practices and standardizing pay across federally funded construction projects in the specified Mississippi counties, while ensuring compliance with legal wage requirements. Understanding these determinations is essential for contractors involved in state and local RFP submissions and federal grants related to construction initiatives.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Lead Based Paint Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for lead-based paint testing services at various buildings scheduled for renovation at Columbus Air Force Base in Mississippi. The contractor will be responsible for conducting investigations to detect the presence of lead-based paint on both interior and exterior painted surfaces, utilizing an EPA and MDEQ accredited inspector to ensure compliance with safety and environmental regulations. This testing is crucial for maintaining safety standards and regulatory compliance during renovation projects, thereby safeguarding the health of personnel and the integrity of the facilities. Interested vendors must complete mandatory Controlled Unclassified Information (CUI) training and submit the acknowledgment document to gain access to project details, with primary contacts Bryson Cassidy and Carson Songy available for inquiries.
    MHMV210015 Alter B737 and B733 Munitions Area
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the alteration of the B737 and B733 Munitions Area at Kirtland Air Force Base in New Mexico. The project involves minor interior renovations of two buildings, with a construction magnitude estimated between $1,000,000 and $5,000,000. This procurement is crucial for maintaining operational readiness and safety at the base. Interested small businesses must submit their bids electronically by September 23, 2024, with a site visit scheduled for August 19, 2024. For further inquiries, potential bidders can contact Kelly McGrath at kelly.mcgrath.1@us.af.mil or by phone at 505-846-3707.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    WPAFB NAMRU-D Lab Support Building
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is seeking bids for the construction of a 12,300 square-foot pre-engineered metal building laboratory support facility at Wright-Patterson Air Force Base (WPAFB), Ohio. This Design-Bid-Build project aims to provide essential laboratory support infrastructure, adhering to rigorous safety and quality standards across multiple engineering disciplines, including civil, structural, and mechanical systems. The contract, estimated to range between $5 million and $10 million, is a Firm-Fixed-Price (FFP) procurement with a performance period of 595 calendar days from the Notice to Proceed. Interested contractors must submit their sealed bids electronically by October 8, 2024, and are encouraged to contact Contract Specialist Ranzel L. Merideth at Ranzel.L.Merideth@usace.army.mil for further information.
    Fire/Jockey Pump Transfer Switch
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of a fire pump transfer switch and jockey pump controller at Columbus Air Force Base in Mississippi. The project involves providing all necessary management, tools, supplies, equipment, and labor to install an Eaton Soft Start Fire Pump Controller and Jockey Pump Controller, ensuring compatibility with the existing fire alarm system, along with related piping and connections. This procurement is critical for enhancing safety and operational efficiency at the military facility, with a total small business set-aside under FAR 19.5. Interested contractors must submit their offers by 19 September 2024 at 3 PM CST, and can direct inquiries to Bryson Cassidy or Carson Songy via the provided email addresses.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    Replace Lift Station Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to replace a submersible sewage pump at Columbus Air Force Base in Mississippi. The contractor will be responsible for providing all necessary materials, equipment, and transportation for the delivery of a Wilo model FA 10.51E pump or an approved equivalent, which must meet specific technical requirements including a 7.5 HP power rating and a design flow of 600 GPM. This procurement is crucial for maintaining effective waste management systems at the facility, ensuring compliance with operational standards. Interested parties should contact Bryson Cassidy at bryson.cassidy@us.af.mil or Carson Songy at carson.songy@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation – HAFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to renovate the Plating Shop at Hill Air Force Base (HAFB) in Utah. The project involves extensive renovations to existing facilities, including modernizing plating processes and ensuring compliance with current environmental and safety standards, with a performance period of approximately 1,085 calendar days following the notice to proceed. This renovation is critical for supporting the depot aircraft maintenance mission and will be funded through Sustainment Repair and Maintenance (SRM) funds, with an estimated contract value between $100 million and $250 million. Interested contractors should prepare for a solicitation expected to be released around September 30, 2024, and must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals.
    BBEC Iron Gate Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the BBEC Iron Gate Replacement project at Keesler Air Force Base in Biloxi, Mississippi. The project involves the installation of a new steel loading dock gate and an aluminum ramp gate, designed to withstand various weather conditions, with specific dimensions and operational requirements outlined in the solicitation documents. This procurement is crucial for maintaining facility operations and safety standards, with an estimated construction budget between $25,000 and $100,000, and is set aside exclusively for small businesses. Interested contractors must attend a mandatory site visit on September 2, 2024, and submit their proposals by the specified deadlines, with further inquiries directed to SrA Andrew Evitts at andrew.evitts.1@us.af.mil or Tiffany Aultman at tiffany.aultman@us.af.mil.