Maintain SMS Builder Data Multi Bldgs
ID: W50S8N25QA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NYANG 174SYRACUSE, NY, 13211-7099, USA

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- MISCELLANEOUS (H399)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the maintenance of SMS Builder data across multiple buildings at the 174th ATKW Hancock Field in Syracuse, New York. The contractor will be responsible for providing all necessary labor, equipment, and materials to conduct Facility Condition Assessments (FCAs) and input data into the SMS Builder system, adhering to USAF standards. This project is crucial for maintaining the operational integrity of military infrastructure through systematic assessments of various facility systems, including plumbing, HVAC, and fire protection. Interested small businesses must submit their quotes by 2:00 PM Eastern on May 16, 2025, with a total contract value of approximately $11,500,000. For further inquiries, contact Briana McCaffery at briana.mccaffery@us.af.mil or Richard Peirson at richard.peirson@us.af.mil.

    Files
    Title
    Posted
    The document outlines a federal solicitation for a Women-Owned Small Business (WOSB) contract aimed at providing commercial products and services related to SMS Builder Facility Condition Assessments for the United States Air Force. The requisition calls for labor, equipment, and quality control necessary for data input into the SMS Builder system, conforming to specified USAF standards. The total award amount is USD 11,500,000, with a due date for offers set for May 16, 2025. The contract stipulates incorporation of various Federal Acquisition Regulation (FAR) clauses that govern contractor responsibilities, reporting requirements, and compliance with specific regulations promoting fair labor practices and small business utilization. Key clauses enforce guidelines on unique item identification, payment processes, and protections for contractor employees. This solicitation exemplifies the government's commitment to supporting small businesses, particularly those owned by women, while ensuring compliance with statutory requirements for federal contracts.
    The BUILDER™ Getting Started Guide, developed by the U.S. Army Corps of Engineers, provides facility managers with a tool for managing maintenance and rehabilitation activities efficiently. The program includes features to assess the condition and functionality of facilities using a hierarchy from organization down to component-section levels, employing indices to guide decision-making. Users can set up accounts with varying permissions to access different functionalities, from inventory management to inspection and work planning. The software utilizes simulation engines to create long-term work plans under various budget scenarios, emphasizing optimal investment strategies for facility performance. Important functionalities include data export and import capabilities through BuilderRED, a remote data collection tool. The document provides instruction on navigating the BUILDER platform, setting preferences, and understanding the hierarchical structure of facility management. It operates within the framework of the Sustainment Management System, applicable beyond military contexts, thereby supporting broader organizational facility management needs. This guide is critical for those involved in facility management as it promotes informed decision-making and planning while adhering to established standards and practices.
    The document outlines the adoption of specific Uniformat II codes for use within the Air Force (AF) in the BUILDER software application, guiding the classification of building components. Key categories include mandatory codes for Exterior Enclosure (B20), Roofing (B30), Plumbing (D20), HVAC (D30), Fire Protection (D40), and Electrical (D50). Optional codes cover aspects like Foundations (A10), Basements (A20), and Site Improvements (G20), which can be utilized as needed. The document notes that other Uniformat II codes will not be implemented by the AF and suggests referring to current SMS Playbooks for detailed usage instructions. This guidance on coding standards is essential for maintaining consistency in project proposals, grants, and local/state RFPs, ensuring that all construction and renovation projects align with AF requirements. Overall, the file serves as a reference for personnel involved in building assessment and maintenance, promoting efficient data organization and compliance with established frameworks.
    The USAF Built Infrastructure Inventory and Assessments Manual outlines the process for inventorying and assessing the B20 Exterior Enclosure Systems, including exterior walls, windows, and doors of USAF facilities. It describes the classification of components per UNIFORMAT II standards, including lifecycle characteristics of each component, such as their durability and deterioration patterns. The manual emphasizes the importance of accurate data collection, including installation dates and material specifications, to derive a Condition Index for each component. Guidelines for assessing the condition of these systems focus on visibility, damage recognition, and the necessity for repairs. Direct Condition Ratings (DCR) are employed to classify components based on their operational status, with clear definitions and examples of deterioration impacting serviceability. The document is crucial in ensuring compliance with the Air Force's infrastructure assessments and inventory requirements, ultimately supporting maintenance and resource allocation decisions. The methodology outlined is integral for the USAF's strategic asset management practices, enabling more efficient operational planning and funding prioritization in line with federal grant and RFP processes.
    The "USAF Built Infrastructure Inventory and Assessments Manual," specifically its Appendix for Roofing (B30), outlines the inventory and assessment protocols for roofing systems within the United States Air Force's built infrastructure. It provides detailed descriptions of roofing components, including roof coverings and openings, along with lifecycle characteristics. The manual emphasizes the importance of precise inventory data, including material types and installation dates, which are essential for evaluating condition through the BUILDERTM Sustainment Management System. Guidance is provided for conducting assessments, focusing on direct condition ratings based on observable defects, operational status, and maintenance history. Common deterioration indicators and assessment criteria are thoroughly discussed to establish a systematic approach for roof evaluations. The aim is to standardize the procedures for roofing system documentation, ensuring compliance with maintenance requirements and enabling effective resource allocation in future repair or replacement initiatives. This foundational document supports government initiatives by promoting infrastructure integrity, safety, and efficient resource management in military facilities.
    The "Appendix for Interior Construction (C10)" document serves as a manual for the USAF's Built Infrastructure Assessment Program, focusing on interior construction systems. It outlines the inventory and assessment processes for components categorized under the UNIFORMAT II definition, including interior partitions, doors, and fittings. The manual describes lifecycle characteristics, general inventory guidance, and specific assessment metrics for each component. Assessor qualifications and inventory data collection procedures are emphasized, detailing how assessments are to be rated based on observed conditions. The document's purpose is to standardize the assessment of interior construction, ensuring accurate inventory and evaluation for maintenance and prioritization of resources, thereby enhancing safety and operational efficiency across USAF installations. By adhering to this guidance, facilities can maintain compliance with the AFCAMP Playbook requirements, ensuring that the lifecycle of interior components is managed effectively, with an emphasis on preventing issues before they arise. Overall, this manual serves as a comprehensive guide to ensure the integrity and functionality of interior construction elements within the Air Force’s infrastructure.
    The USAF Built Infrastructure Inventory and Assessments Manual provides standardized procedures for inventorying and assessing plumbing systems (D20) in USAF facilities. It defines the components, including plumbing fixtures, domestic water distribution, sanitary waste systems, and rainwater discharge systems. The document stipulates detailed guidance for assessing the condition and lifecycle characteristics of plumbing components, emphasizing the importance of accurate inventory records for effective maintenance planning and project prioritization within the AFCAMP framework. Assessors are instructed on collecting data, utilizing tools like the BUILDERTM Sustainment Management System, and conforming to the UNIFORMAT II classification standard. The manual highlights the necessity of thorough assessments, including the identification of defects and compliance issues, to enhance system reliability and user safety. It also outlines qualification requirements for assessors, the significance of accurately recording installation dates, and the criteria for determining condition ratings to guide maintenance decisions. Overall, this comprehensive manual serves as a critical resource for ensuring the integrity and functionality of USAF plumbing infrastructures, ultimately supporting the operational readiness of the facilities involved.
    The USAF Built Infrastructure Inventory and Assessments Manual's HVAC (D30) appendix outlines the inventory and assessment process for heating, ventilation, and air conditioning systems at USAF facilities. It provides guidance on major HVAC components—energy supply, heating, cooling, distribution systems, terminal units, and controls. The manual emphasizes the importance of uniform data entry in the BUILDERTM SMS system and requires assessors to document component conditions using the Direct Condition Rating (DCR) method, focusing on operability and serviceability rather than age. It details common distress types such as corrosion, leakage, and excessive vibration, encouraging visual inspections and the thorough documentation of findings. Additionally, the manual mandates the confirmation of installation years and emphasizes accurate data collection for efficient maintenance planning, ensuring safety and environmental compliance. This document is essential for maintaining the operational integrity of HVAC systems across USAF installations, facilitating funding and prioritization processes under Federal guidelines.
    The USAF Facility Fire Protection Assessments manual provides guidelines for the inventory and assessment of fire protection systems used in U.S. Air Force buildings. It outlines the overview of D40 fire protection systems, including their definitions, major components like fire alarm systems, water supply, standpipe systems, sprinklers, and other specialized systems. It emphasizes the necessity for routine inspections, preventive maintenance, and compliance with relevant regulations. The guide specifies inventory guidance for various components along with assessment criteria that grade the condition of fire protection systems on a Direct Condition Rating (DCR) scale, ranging from fully operational to complete failure. Aspects such as serviceability, reliability, and documented inspections are critical for these assessments. Moreover, it highlights the importance of proper data collection during assessments and offers a structured approach to inventory management via the BUILDERTM SMS software. The manual reinforces the need for experienced assessors and the significance of accurate installation dates to ensure systems are evaluated correctly, ultimately aiming to optimize the safety and operational integrity of fire protection systems within USAF facilities.
    The Statement of Work (SOW) for Project No. HAAW252008 outlines the requirements for Facility Condition Assessments (FCAs) to support the maintenance of Air National Guard (ANG) real properties at Hancock Field and Wheeler-Sacks Army Airfield in New York. The project duration is set for 30 days and includes the collection of data pertaining to various facility systems such as plumbing, HVAC, and electrical systems, in accordance with USAF standards. Contractors are tasked with conducting thorough inspections and compiling data using the SMS BUILDER software, which involves evaluating historical records, work orders, and interviews with facility personnel to generate a condition index (CI) for each facility and its systems. Deliverables include FCAs reports and documentation as outlined in the schedule. The SOW emphasizes the contractor's responsibility for safety, quality control, and compliance with environmental regulations. All contractor employees must possess identification and adhere to security protocols, ensuring that operations maintain the integrity and safety of the military installations. Additionally, the document specifies conditions for utility usage and emphasizes the importance of spill management during operations. This project reflects the government's effort to sustain and improve critical military infrastructure through systematic assessments and data management.
    The document broadly pertains to federal government requests for proposals (RFPs) and grants at both federal and state/local levels, focusing on procurement processes and funding opportunities. It outlines criteria for eligible projects, such as those aimed at enhancing infrastructure, environmental assessments, and community services. Key points include the need for compliance with applicable regulations, evaluation criteria for proposals, and funding availability. The structure likely encompasses introduction sections detailing the purpose of the grants or RFPs, eligibility requirements, project specifications, and timelines. Additionally, it emphasizes the importance of maintaining transparency and accountability in project execution. Such directives are designed to ensure that proposed projects not only adhere to federal and state standards but also effectively address pressing community and environmental needs. In conclusion, the document serves as a comprehensive guide for prospective applicants looking to secure funding and outlines the operational standards that govern award decisions, aiming to aid eligible entities in navigating government funding programs efficiently.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Facility Investment Services for 99th Readiness Division (RD), Region 4A
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services (FIS) for the 99th Readiness Division (RD), Region 4A. The procurement aims to identify contractors capable of performing Preventive Maintenance (PM) and Corrective Maintenance (CM) for various infrastructure sustainment, restoration, and modernization tasks across Western New York and Northwestern Pennsylvania. This initiative is crucial for maintaining the operational readiness of facilities, ensuring they remain in good working order through necessary maintenance and repair activities. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, with inquiries directed to either Tiffany or Cherita Williams at the provided contact details.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.
    183 CES Replace Security Forces Squadron Generator
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    Renovation of Building 12 Picatinny Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and it includes essential renovations and the potential addition of an emergency generator. The procurement process emphasizes the importance of compliance with various technical specifications and safety standards, particularly regarding mechanical and electrical systems, as well as adherence to the Buy American Act. Proposals must be submitted electronically by December 12, 2025, at 2:00 PM EST, to the designated contacts, Monica Coniglio and Matthew Lubiak, with a file size limit of 25MB per email.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.