Construct Mission Training Center (MTC) Facility
ID: W50S78-24-B-0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N2 USPFO ACTIVITY TXANG 149LACKLAND AFB, TX, 78236-0123, USA

PSC

CONSTRUCTION OF OTHER EDUCATIONAL BUILDINGS (Y1CZ)

Set Aside

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

    The Department of Defense, specifically the Texas Air National Guard, is seeking bids for the construction of a 15,200 square foot F-16 Mission Training Center (MTC) facility at Joint Base San Antonio, Texas. The project requires comprehensive construction services, including site work, utilities, and specialized systems, all adhering to federal, state, and local codes, as well as Department of Defense standards. This facility is crucial for enhancing military training capabilities and will be constructed under a Firm Fixed Price contract, with a budget estimated between $10 million and $25 million and a performance period of 540 days post-notice to proceed. Interested small businesses must submit their proposals by 19 September 2024, and inquiries should be directed to Mark A. Green at mark.green.23@us.af.mil or Kirk Swiantek at kirk.m.swiantek.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the construction plan for the F-16 Mission Training Center (MTC) for the Texas Air National Guard, located at Joint Base San Antonio - Kelly Field Annex. The primary focus is on the detailed project specifications, including optional line items such as installing permeable pavements, designing landscaping, and applying epoxy floor coatings. The plan extensively covers building codes, occupancy classifications, and structural requirements based on the International Building Code (IBC) and Department of Defense guidelines. Safety regulations dictate fire protection, plumbing, and mechanical systems, emphasizing compliance with industry standards. Special inspections, including those for steel welding and masonry, are mandated to ensure quality control during construction. Overall, the document reflects a comprehensive approach to executing a government construction project, adhering to stringent safety, structural integrity, and operational functionality standards.
    The file outlines a comprehensive set of requirements for a construction project to build a new 15,198 square foot Mission Training Center housing four F-16 simulators. The project, located at the Texas Air National Guard Base, involves substantial civil, structural, architectural, and mechanical work. It specifies detailed tasks, from concrete and masonry work to electrical systems, telecommunications, and security measures, with strict timelines and quality control provisions. Notably, it mandates strict safety protocols, English fluency for key personnel, and advanced scheduling and budgeting using specific software. Contractors must provide detailed pricing for various items, with options for additional work. The focus is on timely execution, with stringent administrative procedures and regular progress reports, including earned value reporting. The project has a proposed 18-month construction duration and significant security and access restrictions.
    The document outlines the contract specifications for the F-16 Mission Training Center project at Joint Base San Antonio, Texas. It includes comprehensive details necessary for the construction and installation of multiple systems, including civil, structural, mechanical, electrical, and fire protection components. The contract emphasizes the establishment of a wet pipe sprinkler system adhering to federal standards, particularly NFPA guidelines. Key aspects include schematic designs, hydraulic calculations for fire suppression systems, and installation procedures for plumbing and HVAC systems. Quality control measures, compliance with safety regulations, and preparation of submittals for material, shop drawings, and final acceptance testing are pivotal components. The contract requires submission of extensive documentation to ensure adherence to specifications and standards, overseen by qualified engineers and specialists. Overall, this document serves as a comprehensive guide for contractors involved in the project, ensuring practices meet stringent federal requirements for military infrastructure development. Its structured format categorizes numerous divisions of work, ensuring contractors understand and execute each responsibility within the framework of U.S. defense and safety standards.
    The document outlines the addendum and specifications for the construction of a new Mission Training Center at Joint Base San Antonio, Texas, through the federal contract NGB Contract W9133L16D0005. The project involves building a 15,198 square foot facility designed to accommodate four F-16 simulators, with an expected completion timeframe of 18 months. Key revisions include updated specifications for door hardware and a detailed price and payment structure divided into various contract line items (CLINs) for optional features, such as permeable pavements and restroom finishes. Additional sections emphasize compliance with government regulations, submittal procedures, a cost-loaded network analysis schedule, and strict adherence to safety standards. Contractors must submit progress reports regularly, maintain a clear communication line with government officials, and ensure superintendent qualifications align with project requirements. This structured approach reflects the government's commitment to efficient project management, regulatory compliance, and quality assurance in federal contracting processes.
    The 149th Civil Engineer Squadron's Statement of Work outlines the construction of a Mission Training Center Facility at JBSA Lackland AFB, Texas, designated as project KELL189014. The facility aims to support a new Formal Training Unit for F-16 simulators, featuring four simulator bays, training rooms, administrative support areas, and essential amenities, all compliant with ICD/ICS 705 standards. The scope encompasses constructing a 15,198 square foot building while adhering to federal, state, and local building codes and DoD design standards. Key elements include raised flooring, high bay areas for simulator installation, and secure construction measures. The performance period is set for 540 days post-notice to proceed. The contracting process outlines government-provided materials and utilities while specifying contractor responsibilities for submittals, training manuals, and as-built drawings. Required permits, including excavation and welding permits, are emphasized. Furthermore, the document stresses antiterrorism requirements and compliance with local security policies. This proposal reflects a structured approach to enhancing military training infrastructure in alignment with stringent operational and safety standards.
    The document comprises a sequential list of government RFPs (Requests for Proposals) and grants, identified by unique sequence numbers, indicating an organized structure. The sequences are grouped under various categories, with each entry presenting a clear reference number format (SEQ x/660, y/666). While specific details about the nature or content of the RFPs or grants are not provided within this excerpt, the repeated sequencing suggests a systematic approach to documenting and managing federal and state/local procurement needs. This structure likely facilitates easy tracking and access for stakeholders involved in government funding and project proposals. The primary purpose of this document appears to be cataloging RFPs and grants, enhancing transparency and accountability in federal and state dealings. Overall, it serves as a foundational resource for interested parties in pursuing governmental contracts or funding opportunities.
    The NGBJV-TX ANG Mission Training Center project focuses on establishing a comprehensive finish schedule for both interior and exterior materials under the supervision of licensed architects and interior designers. The contractor is required to submit finalized color and material samples for approval, ensuring aesthetic consistency and adherence to specified characteristics. Color selections encompass a range of materials, including brick, metal, and glass for exterior finishes, and various flooring, wall, and ceiling materials for interior finishes. Each category includes specified colors and textures, establishing design guidelines to maintain quality and visual harmony. The document emphasizes collaboration with government representatives to ensure compliance with design intent and technical standards throughout the project's execution. The aim is to solidify a unified design theme that aligns with regulatory requirements, ensuring a functional and appealing environment for the Mission Training Center.
    The document outlines the Security Agreement (SA) requirements for contractors performing services on an Air Force installation, emphasizing the integration of security protocols to ensure effective operations. Key aspects include: 1. The establishment of security support roles, processes for managing classified materials, and joint coordination between the Air Force and contractors. 2. Identification processes, where contractors must obtain a Common Access Card (CAC) for extended contracts and adhere to security clearance requirements. Facility clearances (Top Secret, Secret, Confidential) must be secured prior to classified contract work. 3. Maintenance of a current employee list with security clearance information, which must be validated and submitted to the relevant authorities prior to service commencement. 4. Suitability investigations, ensuring personnel complete necessary security checks based on their access level requirements. 5. Appointment of a security representative and compliance with cybersecurity and information security management protocols. Additionally, the contractor must comply with freedom of information standards, physical security regulations, and develop Operating Instructions for managing access to controlled areas. Overall, this document substantiates the rigorous security measures imposed on contractors to mitigate risks associated with classified information while fulfilling contract obligations.
    The document outlines the Access and Staging Plan for a new Mission Training Center (MTC) project at the Texas Air National Guard's 149th Fighter Wing in Joint Base San Antonio, Texas. It details the requirements for temporary construction access, including the installation of a locking gate and a temporary fence around the controlled area, totaling 801 linear feet, which must be restored upon project completion. Key infrastructure elements mentioned include improvements to existing sidewalks, a proposed access road, and a contractor staging area. Coordination with base authorities is required for work outside the fencing, including sewer connections. Additionally, a directive emphasizes that permanent fencing, covering 818 linear feet, must be established before commencing any work. The document reflects the structured approach typical in government RFPs, focusing on compliance with safety and operational protocols during construction.
    The document is an addendum to a request for proposals related to the construction of a Mission Training Center for Texas Air National Guard at Joint Base San Antonio, Lackland, Texas. Issued by Frankfurt-Short-Bruza Associates, it modifies original bid specifications dated 2 August 2024, specifically updating the door hardware specifications under section 08 71 00 due to the removal of the BEST lockset system and changes in tumbler quantities. Key modifications include precise guidelines on hardware items, requirements for fire doors, exits, quality assurance, and proper submission of hardware schedules, product data, and keying systems. The addendum emphasizes rigorous compliance with multiple standards from ASTM, NFPA, and BHMA, ensuring that all hardware is documented, delivered, and installed per specified conditions to maintain security, safety, and accessibility. This document serves to inform bidders of essential changes ensuring the integrity and security of the training center, demonstrating the government’s commitment to maintaining high standards in facility construction and safety compliance.
    This document outlines a determination memorandum for a sole source acquisition under Simplified Acquisition Procedures, specifically for a firm-fixed price contract related to the construction of a Mission Training Center Facility at Joint Base San Antonio. The contract involves the purchase of a Direct Digital Control (DDC) system from Automated Logic Corporation, which is deemed necessary due to the existing WebCTRL control system at the base, ensuring compatibility and operational efficiency. The memorandum explains that no other brands can fulfill the government’s requirements due to unique characteristics tied to the current system's approval and functionality. Market research confirmed that only the specified brand could meet the project needs. The contracting officer certifies that limiting competition is in the government’s best interest, with recommendations for future acquisitions to explore interoperability among different Direct Digital Control systems. The document emphasizes the importance of adhering to procurement regulations while ensuring effective and centralized control over critical building systems like HVAC and lighting.
    The memorandum outlines the justification for a sole-source acquisition of Falcon Locksets and cores for the construction of the Mission Training Center Facility at Joint Base San Antonio due to their unique compatibility needed for security and operational efficiency. It emphasizes that using alternative locksets would exacerbate issues related to security, emergency responsiveness, and cost, thereby justifying the limitation to one source. The document concludes with a commitment to explore competitive options for future acquisitions while certifying the accuracy of the justification provided.
    The Simplified Acquisition Procedures Determination Memorandum outlines a sole-source acquisition of door locks for the Mission Training Center Facility on Joint Base San Antonio. Due to the existing infrastructure, only Falcon locksets with Falcon brand cores can be installed without compromising facility security, response times, and key management. Three Falcon distributors serve the area, and the brand is available through GSA contracts. While this acquisition is justified as a sole-source contract, the memorandum suggests conducting market research for future acquisitions to explore compatibility with other brands and promote competition. The estimated cost is above the micro-purchase threshold, certified by Contracting Officer Kirk M. Swiantek.
    The document outlines the justification for a sole-source acquisition under Simplified Acquisition Procedures (SAP) for the construction of a Mission Training Center Facility at Joint Base San Antonio (JBSA). The contracting officer has determined that Monaco Enterprises, Inc. is the only available provider due to the unique characteristics of the required Fire alarm control panels, specifically the Monaco MAAP-X. The existing fire alarm system at JBSA Lackland AFB exclusively utilizes proprietary technology from Monaco, making it essential for compatibility and functionality. The memorandum emphasizes that the rationale for limiting competition must include detailed reasons beyond broad statements. Additionally, the document mentions that future acquisitions should involve market research to identify any potential compatible systems that could foster greater competition. The contracting officer, Kirk M. Swiantek, certifies the accuracy of the justification to proceed with this sole-source contract, reinforcing the need to ensure the best interests of the government while complying with acquisition regulations.
    The document pertains to the justification and approval for a contract awarded without full and open competition regarding the construction of a Mission Training Center at Joint Base San Antonio. It highlights the necessity for a Trane HVAC Chiller System, citing authority under federal regulations that allows for this exception due to the unique qualifications of the Trane products. The decision is based on extensive analysis demonstrating that Trane systems are already prevalent, ensuring compatibility and reducing operational costs through standardized training and maintenance. The justification emphasizes the risks of using different brands, including increased training requirements and potential disruptions to service. The proposed contract will be published widely to solicit competitive bids, although compliance with brand-specific requirements is essential for operational efficiency. Overall, this initiative aims to streamline procurement, reduce costs, and enhance training and maintenance for HVAC systems within the Air Force operations.
    The Determination Memorandum for Sole Source Acquisitions outlines the requisites for limiting solicitations to a single source under the Simplified Acquisition Procedures. This specific case involves a contract for constructing the Mission Training Center Facility at Joint Base San Antonio (JBSA), requiring the Honeywell Vindicator Electronic System for intrusion detection and access control. The document details that only a sole source is viable due to the system's unique integration capabilities and the need for uniformity at JBSA. Current market research indicates that Vindicator is the only system presently installed at the base and authorized by the Air Force, emphasizing the necessity for brand standardization. The memorandum also states that future procurement should consider assessing the market for compatible systems to reduce barriers to competition. The contracting officer, Kirk M. Swiantek, certifies the justification for this sole source acquisition as accurate and aligned with government interests, pending funding and authorization for the required services. The memorandum emphasizes the importance of coherence with security doctrines and aims to ensure the best interests of the government while fostering competition where feasible.
    The Simplified Acquisition Procedures Memorandum outlines the justification for sole source procurement of Honeywell's Vindicator Electronic System for the construction of the Mission Training Center Facility at Joint Base San Antonio, as it is the only system capable of meeting specific government requirements outlined by the Air Force. The purchase is supported by market research indicating only three approved alarm system vendors, with an emphasis on the existing installation of Vindicator systems at the base. The contracting officer certifies the justification as complete and in the government's best interest while expressing intent to explore competition for future acquisitions.
    The memorandum details a Pre-Bid Conference and Site Visit for Solicitation No. W50S78-24-B-0001 regarding the construction of a Mission Training Center facility at Joint Base San Antonio, Lackland, TX, held on 27 August 2024. Led by a team of military engineers and specialists, the conference outlined essential bid submission requirements, emphasizing that all questions should be submitted via email rather than during the site visit. All bids are due to the Texas Air National Guard Contracting Office by 3:00 p.m. local time on 16 September 2024. The presentation covered mandatory bid package components, optional line items, and project details, while also highlighting safety protocols near an active airfield. Attendance and presentation slides were posted to SAM.gov, where contractors can find solicitation updates and RFI responses. This meeting marks the second site visit for this project, reinforcing the expectations and responsibilities of potential bidders.
    The memorandum outlines details from the Pre-Bid Conference and Site Visit for Solicitation No. W50S78-24-B-0001, focused on the construction of a Mission Control Facility at Joint Base San Antonio, Texas. Conducted on 20 August 2024, the conference involved key officials, including the Project Engineer and Contracting Officer, who provided updates on bid submission procedures and the importance of contacting the Acquisition Team via email for inquiries. Bids must be submitted by 3:00 p.m. on 16 September 2024, with an optional second site visit scheduled for 24 September. The meeting detailed required bid package components and emphasized the necessity for contractors to regularly check SAM.gov for updates and amendments to the solicitation. An attendance list and presentation slides were uploaded to the website following the meeting. This event is a critical step in ensuring compliance with procurement protocols and facilitating the smooth execution of the construction project.
    The document addresses concerns related to a Sole Source Justification for “Falcon” brand locks used at JBSA. It argues that the claim asserting the necessity of Falcon brand components for security and operational efficiency is inaccurate, noting that various manufacturers produce interchangeable hardware meeting industry standards. The text references multiple manufacturers capable of fulfilling the government's requirements without exclusive reliance on Falcon products. Additionally, it emphasizes the importance of fair competition in procurement processes, citing relevant federal regulations that encourage the use of widely recognized industry standards in specifications. The document also includes responses to several inquiries regarding bid submissions, access to base facilities, technical issues with civil plan sheets, and requests for geotechnical reports, highlighting the procedural aspects of the RFP process. Overall, the primary purpose is to advocate for open competition among manufacturers for lock systems while addressing logistical aspects related to the bidding process.
    The document details an attendance sheet for a pre-bid conference and site visit related to federal solicitation W50S78-24-B-0001 for a Mission Training Center. It lists the participants, their firms, positions, and contact information, indicating the collaborative nature and stakeholder engagement in the bidding process. Attendees include representatives from various construction and engineering firms, along with military contracting officials, highlighting the project's relevance across sectors. The diversity of attendees suggests a competitive bidding environment, with roles ranging from project managers to directors, emphasizing the project's significance in the context of government contracts and federal initiatives. This event aims to provide potential bidders with crucial project details and site information, facilitating informed proposals in line with federal requirements.
    The document outlines the attendance at a pre-bid conference and site visit for Solicitation W50S78-24-B-0001, related to a Mission Training Center project scheduled for August 27, 2024. Participants included representatives from various firms, notably Southland Mechanical and Tejas Premier, as well as government personnel from the National Guard Bureau. Key attendees were identified by name, firm, position, and email, indicating a collaborative spirit among private contractors and governmental entities. The purpose of the meeting was to inform potential bidders about the project requirements and facilitate interaction between stakeholders, thereby enhancing transparency within the bidding process. This conference serves as a critical step in the government procurement cycle, ensuring that interested parties are adequately prepared to submit informed proposals, thus aligning with federal and local RFP processes aimed at sustainable development and efficient resource allocation.
    The document details the Request for Proposal (RFP) for the Construction of a Mission Training Center (MTC) under solicitation number W50S78-24-B-0001. The project, which has a budget ranging from $10 to $25 million, is designated as a Small Business Set-Aside and falls under the NAICS code 236220. Bids will be evaluated based on price and price-related factors, with a Firm-Fixed Price Contract awarded to the most advantageous bidder. The performance period is set for 540 days following the Notice to Proceed. Bid submission requirements include a signed Standard Form 1442, completed bid schedules, bid bonds, and relevant certifications. A pre-proposal conference is scheduled for August 2024, with specific guidelines for submitting questions and proposals. Notably, all contractor employees must complete Antiterrorism Level I training. The document includes a Bid Schedule with multiple options related to facility construction and improvements. It emphasizes the importance of adhering to specified guidelines and deadlines, underscoring the project's significance to governmental training capabilities. The document outlines necessary attachments and mandates the use of specified formats to ensure compliance. This RFP reflects the government's commitment to advancing military training infrastructure while ensuring appropriate safety and qualification standards are met.
    The document outlines the Invitation for Bid (IFB) for constructing a Mission Training Center (MTC) with a project budget between $10 to $25 million and is set aside for small businesses. Key details include a performance period of 540 days post-Notice to Proceed and the requirement for a Firm-Fixed Price Contract. Bidders must submit a complete proposal, including a signed Standard Form (SF) 1442, a bid bond, and representations and certifications. Additionally, the document specifies the need for Antiterrorism Level 1 training for contractor personnel requiring access to Army National Guard facilities and shares information on wage determinations relevant to the project. The bid includes several base and optional items for construction, and it emphasizes that questions must be submitted in writing, with a strict deadline for inquiries. A well-structured bid package is detailed, including the use of specific file formats and naming conventions. Site visit procedures and safety protocols are also mentioned. The primary purpose of this document is to solicit bids for the construction of the MTC while ensuring compliance with various regulatory requirements and maintaining project integrity.
    The document is an amendment to the solicitation for the construction of an F-16 Mission Training Center at Joint Base San Antonio, Texas. The key update removes the specific brand requirement for Falcon door locks and introduces an addendum detailing the necessary characteristics that various manufacturers must meet for door locks. The solicitation invites bids from small businesses, adhering to a firm fixed price contract and includes specific details regarding project execution under military construction criteria. A pre-bid conference is scheduled, with the requirement for interested bidders to register for access due to security protocols. The document outlines responsibilities regarding bid submissions, including required documentation and preparation instructions, while emphasizing the importance of adhering to guidelines to avoid rejection. It incorporates specified brand requirements for essential systems such as HVAC and security panels. The narrative emphasizes compliance with procurement regulations and safety standards in construction, reinforcing the government's commitment to effective project execution and transparency in contract awarding processes.
    This document serves as an amendment to a federal solicitation, specifically extending the bid opening date for the referenced contract to 19 September 2024 at 2:00 p.m. local time. Additionally, it specifies that all Requests for Information (RFIs) will be answered by the close of business on 16 September 2024, and no further RFIs will be accepted. The document outlines the protocols for acknowledging receipt of the amendment, including the need for contractors to confirm acknowledgment prior to the specified date, or else their offers may be rejected. Moreover, a summary of changes indicates that the required response date has changed from 16 September 2024 to the new date of 19 September 2024, ensuring a structured and clear communication process about this solicitation amendment. The document is part of standard federal procedures regarding contracting, aimed at maintaining transparency and facilitating adherence to submission timelines.
    The government document outlines a Request for Proposals (RFP) for the construction of a 15,200 square foot F-16 Mission Training Center (MTC) at Joint Base San Antonio, Texas, specifically for the Texas Air National Guard. This project is set aside for small businesses, with a budget between $10 million and $25 million and a performance timeline of 540 days. The RFP specifies that the awarded contract will be a Firm Fixed Price (FFP) based on the most advantageous bid to the government, emphasizing price considerations. Key requirements include that bidders must comply with specific design and construction standards, utilize designated brand name equipment, and adhere to affirmative action and wage determination guidelines. A pre-bid conference and site visits are scheduled, requiring registration for access due to security protocols. Bidders must submit detailed proposals that include performance and payment bonds, alongside necessary certifications and representations affirming their compliance with federal regulations. Overall, the document emphasizes transparency, competition among small businesses, and conformity to established guidelines to ensure successful project completion while upholding federal contracting standards.
    The document is an amendment to a solicitation for the construction of a Formal Training Unit (FTU) F-16 Mission Training Center at Joint Base San Antonio, Texas. The primary purpose of this amendment is to update bid delivery instructions and to include a geotechnical report as an attachment. The solicitation emphasizes that bids are exclusively for small businesses, referencing a set aside which may influence competition. The modifications also outline the submission process, including specific guidelines for pre-bid conferences and site visits scheduled for late August 2024. Contractors must register ahead of time to attend due to security conditions. The project aims to implement a facility that complies with Department of Defense standards, employing certain brand-name specifications for critical systems such as security and HVAC. Bidders are instructed that incomplete submissions or late arrivals may lead to rejection, reiterating the importance of adhering to the outlined protocols. The amendment promotes transparency by mandating that all questions regarding the project be directed to the contracting office rather than engineering staff, ensuring that all bidders have equal access to information. Overall, the document reflects a detailed and structured approach towards engaging contractors in federal projects, prioritizing compliance and competitive bidding processes.
    Lifecycle
    Similar Opportunities
    Construct Corrosion Control Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Texas Air National Guard, is seeking bids for the construction of a new 12,200 square foot Corrosion Control Facility at Joint Base San Antonio – Kelly Field Annex. The project requires comprehensive non-personal construction services, including labor, materials, and supervision, adhering to federal, state, and local codes, with a focus on environmental compliance and military operational standards. This facility is crucial for maintaining military aircraft by providing specialized areas for corrosion treatment, repair, and painting, thereby enhancing the operational readiness of the Air National Guard. Interested small businesses must submit their bids by September 17, 2024, with a contract value estimated between $10 million and $25 million. For further inquiries, potential bidders can contact Mark A. Green at mark.green.23@us.af.mil or Amanda Bogue at amanda.m.bogue.civ@army.mil.
    Repair Tech Training Officer Dorm B700 & B709 at Goodfellow AFB, TX
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting market research for a Sources Sought Announcement regarding the repair and renovation of the Technical Training Officer Dormitories (B700 and B709) at Goodfellow Air Force Base in Texas. The project involves comprehensive renovations of Dormitory B700, including upgrades to mechanical, plumbing, and electrical systems, as well as roofing and fire safety improvements, with B709 serving to support these systems. This opportunity is significant for small businesses, as the anticipated contract value ranges from $10 million to $25 million, with a performance period of 730 days, extendable to 760 days if options are exercised. Interested contractors are encouraged to express their interest by emailing Jason C. Aronce or John M. Hebdon by September 19, 2024, and should monitor the SAM.GOV website for further updates.
    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.
    Moton Field Secure Space
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement, transportation, and installation of a modular building at Moton Field in Jordan. The project entails constructing a 40ft by 45ft facility that will include ten workstations, a Special Access Program compartmented area, and a briefing area capable of handling TS-SCI level classified material, all while adhering to stringent DoD and CENTCOM antiterrorism and force protection requirements. This procurement is critical for enhancing operational capabilities in a secure environment, ensuring compliance with federal regulations regarding Controlled Unclassified Information (CUI). Interested vendors must be U.S. citizens, sign a CUI Non-Disclosure Agreement, and submit proposals by September 9, 2024, with questions due by August 26, 2024. For further inquiries, contact Nelson Sosa at nelson.sosa@us.af.mil or SSgt Joseph Sablan at joseph.sablan.3@us.af.mil.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide modular furniture for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project entails the complete removal of existing furniture, installation of new workstations, and the establishment of a network infrastructure, including fiber and copper communication cables, with a completion deadline of August 27, 2024. This procurement is crucial for enhancing workspace functionality and ensuring compliance with Department of Defense standards, thereby fostering a modern and efficient work environment. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to attend a site visit on September 10, 2024; for further inquiries, they can contact Richard Jensen at richard.jensen.5@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    MDG Building 383 Ambulance Bay Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of an Ambulance Bay Enclosure at Building 383, Laughlin Air Force Base in Texas. The project entails providing all necessary labor, materials, and supervision to enclose the ambulance bay, adhering to specified architectural plans and federal guidelines, with a total performance period of 75 calendar days divided into two phases. This construction is critical for enhancing emergency medical response capabilities at the base, ensuring compliance with safety and operational standards. Interested small businesses must submit their proposals by September 17, 2024, and can contact Joshua Centilli at joshua.centilli@us.af.mil or Rebecca Pelayo Ruelas at rebecca.pelayoruelas@us.af.mil for further details.
    Install Overhead Protection for K9 Training Area
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of overhead protection at the K9 training area located at Laughlin Air Force Base in Texas. The project aims to enhance the safety and operational efficiency of K9 training by providing shade and preventing overheating of turf and equipment, with work including the installation of footings, lightning protection, and a structure to support metal panel roofing. This design-build contract has an estimated budget between $500,000 and $1,000,000, with a total performance period of 312 calendar days, divided into three phases. Interested contractors, particularly those certified as HUBZone small businesses, should contact Hayley Fenstermaker at hayley.fenstermaker.1@us.af.mil or SSgt. Eric Meshako at eric.meshako@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to be eligible for award.
    Repair Fire Protection Tech Training, Multi Facilities project located at Sheppard AFB, Texas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Repair Fire Protection Tech Training project at Sheppard Air Force Base in Texas. This procurement aims to address the repair and alteration of multiple facilities, utilizing a Two-Step Sealed Bidding method as outlined in FAR Part 14.5, with the first step focusing solely on technical proposals. The project is significant, with a construction magnitude estimated between $10 million and $25 million, and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. Interested parties can reach out to Lindsey Byfield at lindsey.m.byfield@usace.army.mil or call 918-669-7070 for further details.
    F-35 Jet Blast Deflectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the demolition of F-16 Jet Blast Deflectors and the installation of F-35 Jet Blast Deflectors at Naval Air Station JRB in Fort Worth, Texas. This procurement is part of a competitive process that has resulted in a Firm Fixed-Price contract awarded to Gutier, LLC, highlighting the importance of maintaining and upgrading military infrastructure to support advanced aircraft operations. Interested parties can reach out to primary contact Emily Crotta at emily.crotta@us.af.mil or by phone at 817-782-7832, or secondary contact Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil or 817-782-6194 for further details.
    GENERAL CONSTRUCTION - MULTIPLE AWARD TASK ORDER CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Multiple Award Task Order Contract (MATOC) for general construction projects at Maxwell Air Force Base and associated sites in Alabama. This procurement aims to establish a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a range of construction services, including design, repair, alteration, and demolition of facilities, with a total contract ceiling of $19,999,031.25. The selected contractors will be responsible for executing various task orders that may involve multiple disciplines in construction and design, reflecting the government's commitment to enhancing infrastructure while ensuring compliance with safety and environmental regulations. Proposals are due by 12:00 PM local time on September 13, 2024, and interested parties must ensure they are registered in the System for Award Management (SAM) and meet the small business eligibility criteria. For further inquiries, contact Dartamien "Dee" Brown at dartamien.brown.1@us.af.mil or Shamekia Williams at shamekia.williams.1@us.af.mil.