FA468624R0033 B4793 Capehart Vendor Hood Install
ID: FA468624R0033Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4686 9 CONS PKPBEALE AFB, CA, 95903-1702, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- FIRE CONTROL EQUIPMENT (N012)

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 proposals for the installation of a commercial kitchen hood at Beale Air Force Base, California, under the project titled "B4793 Capehart Vendor Hood Install." The contractor will be responsible for supplying all necessary supervision, labor, tools, and materials to install a Type 1 Commercial Kitchen Grease Hood that accommodates multiple cooking appliances, ensuring compliance with fire safety codes and environmental standards. This project is crucial for enhancing food service capabilities at the base, with an estimated contract value between $100,000 and $250,000, and is exclusively set aside for small businesses. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for August 27, 2024, and all inquiries must be submitted by August 30, 2024. Interested contractors can contact Dallas Romig at dallas.romig.1@us.af.mil or Robert Briney at robert.briney.2@us.af.mil for further information.

    Files
    Title
    Posted
    The Department of the Air Force is requesting proposals for the installation of a commercial kitchen hood at Beale Air Force Base, supporting a new food vendor at the Capehart gas station. The project requires the contractor to supply all necessary supervision, labor, tools, and materials to install a Type 1 Commercial Kitchen Grease Hood capable of accommodating 2-3 vat fryers and a flat grill, ensuring compliance with fire safety codes and regulations. Additionally, the contractor must replace the existing duct system with a Class 1 air duct that meets specified cleanout requirements. Work must be completed between 0700-1700 on weekdays, with all contractor personnel subject to base entry regulations. The government will prepare the site by removing any nearby items and ensuring the contractor adheres to relevant safety and environmental standards throughout the project. This project underscores the commitment of Beale AFB to enhance its food services while ensuring compliance with safety and operational standards.
    The document outlines specifications for various kitchen systems, likely in relation to a Request for Proposal (RFP) or grant application. It details equipment like walk-in freezers and coolers, including their sizes, airflow capacities, and designations. Key elements include a walk-in freezer with a capacity of 700 CFM, walk-in cooler specifications, and ventilation details for areas such as kitchens and dining areas. Various dimensions and ventilation requirements, such as CFM ratings for different spaces, are provided, suggesting a focus on efficiency and compliance with safety standards. The overall structure appears to communicate essential evaluation criteria for procurement or installation of mechanical systems in a likely food service environment, highlighting the importance of optimal airflow and temperature control. This document plays a critical role in ensuring that facilities meet the necessary operational and safety requirements associated with food storage and preparation.
    The document appears to be an extensive compilation of text likely associated with federal and state RFPs, grants, and relevant guidelines. Its primary focus centers on procurement—concerned with securing contracts or funding for various projects—through a structured format that likely outlines requirements, eligibility, and compliance measures necessary for applicants. Key ideas within the text include categories for proposals, regulations for federal and state grants, eligibility criteria for potential recipients, and specific guidelines regarding the submission process. Supporting details hint at a procedural framework that candidates must navigate, which may include detailed instructions for proposals, evaluation criteria, and expectations for reporting and accountability once grants are awarded. The mention of ensuring safety, compliance, and effectiveness in funding allocation underscores the government's commitment to transparency and judicious use of taxpayer money. Overall, this document serves as a comprehensive guide to applicants looking to understand how to successfully engage with government opportunities and secure financial support while adhering to set regulations and frameworks, ensuring meaningful outcomes from allocated resources.
    The document outlines the procedures for the Contractor Entry Access List (EAL) within the United States Air Force (USAF), effective from August 15, 2016. It establishes guidelines in compliance with the REAL ID Act as stipulated in Public Law 109-13 and the Code of Federal Regulations. Personnel can be placed on an EAL for a maximum of 29 days, with a 15-business-day waiting period for a DBIDS card. For access beyond this duration, individuals are required to submit an 1172 form or obtain a memo from contracting. The form includes personal identification details such as employee names, birth dates, driver's license information, and the sponsor's contact information, crucial for security screening. Failure to properly identify individuals through their Social Security Number (SSN) results in automatic denial of entry to Beale AFB. This document emphasizes security protocols aimed at regulating contractor access to military installations, ensuring compliance with federal identity verification regulations.
    The Department of the Air Force at Beale Air Force Base is seeking a contractor to install a commercial kitchen hood to support a new food vendor at the Capehart gas station. The project involves the installation of a Type 1 Commercial Kitchen Grease Hood that accommodates three vat fryers and a 4ft flat grill, ensuring compliance with fire safety requirements, including a fire suppression system. The contractor will also replace the existing duct system, install an exhaust fan, and create a cleaning access system. All work must adhere to federal, state, and local construction standards, ensuring safety and compliance with Air Force and NFPA regulations. Work is restricted to weekdays between 0700-1700, with contractor vehicles subject to inspection at the base entry. The government will clear the work area before project initiation and ensure all waste is appropriately disposed of. The memorandum emphasizes the importance of following safety protocols, including AFOSH standards and COVID-19 measures, highlighting the project's commitment to safety and regulatory compliance. This RFP reflects the Air Force's initiative to enhance facilities while maintaining strict construction and safety standards.
    The document outlines responses to a Request for Information regarding the installation of cooking equipment and a fire safety system in a restaurant environment as part of the Capehart project. Key specifications include two electric vat fryers and cooktops, the existing fire alarm system's capacity to support new loading requirements, and confirmation that no upgrades are necessary for that system. A stainless steel fire-resistant material is required for interior walls and soffits. New electrical subpanels are needed due to existing panels being full, along with the installation of a control panel for emergency equipment shutdown. Notable recommendations include the need for access to the roof for servicing, using LED lighting in the hood system, and adjusting the appliance configurations to include only one vat fryer with consideration for the amperages required for safe equipment servicing. These specifications and recommendations are crucial for ensuring compliance with safety regulations and operational efficiency in the restaurant's kitchen facility.
    The government file discusses federal and state initiatives focused on research and development funding opportunities through Requests for Proposals (RFPs) and grants. The purpose is to solicit submissions from organizations aligned with specific projects enhancing public services or addressing pressing societal challenges. Key topics include eligibility criteria for applicants, funding limits, project timelines, and evaluation metrics for proposals. The document highlights the importance of meeting specified objectives and compliance with reporting requirements throughout the project lifecycle. Additionally, it emphasizes collaborative opportunities for local entities to engage with federal resources to strengthen community capacity and foster innovation. This strategic framework is designed to ensure effective allocation of funding while maximizing the impact of awarded projects on public welfare.
    The document outlines the construction project for a new Shoppette at Vassar Lake Gate, Beale Air Force Base, designated as AAFES No. 4793-03-001. It includes detailed architectural and engineering plans, reminding contractors of their obligations to comply with all applicable building codes, safety regulations, and to verify existing site conditions prior to work commencement. Responsibilities are clearly established, noting that the general contractor must report discrepancies and maintain site cleanliness. The plans detail various elements including plumbing, electrical systems, and aesthetics to ensure accessibility for the physically handicapped, adhering to both federal and state regulations. Specific attention is given to compliance with the 1997 Uniform Building Code and ADA standards, ensuring all features meet safety and functionality requirements. Alternative options, such as including a car wash in the project, are also presented for bidding. The document is structured to provide a comprehensive overview of responsibilities, requirements, and specifications, reflective of federal RFP processes aimed at ensuring quality and accountability in government construction projects. Overall, the summary reinforces the project’s commitment to regulatory compliance, safety, and community service.
    The document outlines electrical and construction specifications for a new Shopette at Vassar Lake Gate within Beale Air Force Base. It details requirements for duct banks, including a minimum cover of 36 inches and concrete encasement under paved areas. The project includes extensive electrical infrastructure, specifying various conduit sizes, support structures, and clearances for high-voltage lines in accordance with safety standards. Concrete encasement, visibility with warning tape, and coordination with existing underground utilities are emphasized to prevent hazards during installation. Compliance with NESC and base standards is critical. The document also notes optional components, such as car wash facilities, which require preliminary conduit runs for future installation. Safety compliance measures, including raptor protection for electrical poles and required dig protocols near existing utilities, prioritize environmental and operational integrity. Overall, this project represents a significant investment in modernizing military retail facilities while ensuring adherence to safety and regulatory frameworks.
    The document pertains to the mechanical and refrigerant systems installation for a new Shoppette at Vassar Lake Gate, Beale Air Force Base. It outlines the specifications and procedures for implementing key components, including AFCI ice machines, reach-in freezers, condensing units, and various mechanical units, in compliance with manufacturer guidelines. The file details installation requirements such as mounting locations, refrigerant piping, concrete pad specifications, and coordination with existing structures like the mezzanine. It includes various schedules for air handling units, exhaust fans, and air volume terminal units, emphasizing necessary equipment specifications, efficiency standards, and safety features. The document serves as a technical guide, ensuring that all installations adhere to architectural and engineering standards, reflecting a commitment to functional and compliant facility development under federal and military contracting regulations. This project signifies the government’s effort to enhance service infrastructure while maintaining stringent operational standards.
    The document outlines plumbing specifications for a new Shopette construction project at Vassar Lake Gate, Beale AFB, specifically detailing venting, water supply, drainage, and equipment connection requirements. It describes various plumbing fixtures, including sinks, water closets, and specialty equipment like ice makers and drink dispensers, emphasizing compliance with standards for accessibility (ADA compliance) and local plumbing codes. Key points include detailed instructions for installing pipes, valves, and drainage systems, ensuring connections to food service equipment, and incorporating necessary shut-off valves. The plumbing infrastructure also includes backflow prevention systems, grease interceptors, and waste management protocols. The document specifies manufacturers and models for equipment, maintaining a focus on installation coordination with mechanical trades to prevent conflicts. Additionally, it stipulates the importance of keeping areas around equipment clear for maintenance and access. Overall, the document serves as a technical guide for contractors, ensuring the plumbing system is efficiently designed and installed according to federal regulations and project requirements.
    The document outlines specifications for two commercial kitchen appliances: a Vat Fryer and a Flat Top Grill. However, exact details regarding their features, requirements, or usage are not provided in the text. The focus suggests that these items may be relevant to federal or local Requests for Proposals (RFPs) or grants aimed at supporting culinary facilities, possibly within government operations or community programs. The presence of these items could indicate an emphasis on upgrading or equipping kitchens for food service purposes, potentially influencing bidding opportunities for suppliers. Overall, the document serves as a preliminary identification of kitchen equipment needed for potential future procurement under governmental initiatives.
    The document is a solicitation for bids related to the construction and installation of a hood at the Capehart Gas Station, Beale Air Force Base, CA. The project, identified by solicitation number FA468624R0033, is set aside for small businesses and has a budget ranging from $100,000 to $250,000. Contractors must begin performance within 10 calendar days following notice to proceed and are expected to complete the project in 60 calendar days, considering no weather delays. Important details include: a mandatory pre-bid site visit scheduled for August 27, 2024, and a deadline for proposals by September 11, 2024. The procurement is subject to compliance with specific wage determinations and submission of performance/payment bonds. Additionally, inquiries regarding the proposal are accepted until August 30, 2024, focusing on effective communication with interested parties. The solicitation outlines several clauses, requirements for proposals, and guidelines for the bid process, incorporating federal procurement regulations to ensure adherence to legal standards. Overall, the document emphasizes transparency and structured competition to encourage qualified contractors to participate in enhancing military facilities.
    The solicitation FA468624R00330001 is for the construction project titled "B4793 Capehart Vendor Hood Install" at Beale Air Force Base, California. It is a sealed bid invitation set aside exclusively for small businesses, with a project value estimated between $100,000 and $250,000. Contractors must submit complete proposals by September 11, 2024, including required performance and payment bonds submitted within 10 days post-award. Key requirements include a detailed Statement of Work addressing the approach and compliance with environmental concerns, adherence to wage determinations, and completion of the project within 60 calendar days. A site visit is scheduled for August 27, 2024, with prior approval for contractor access necessary. All inquiries must be submitted by August 30, 2024, with a clarifying note that only those who attend the site visit will receive answers. The document encompasses various contractual clauses and stipulations for proposals, payments, and responsibilities, emphasizing thorough compliance and timely execution. This solicitation exemplifies government procedures for engaging small businesses in essential construction projects while adhering to regulatory and high-performance standards.
    The document outlines a federal solicitation for the construction project titled "B4793 Capehart Vendor Hood Install" at Beale Air Force Base, California. This invitation for bids (IFB) is critical for contractors interested in securing contracts with the U.S. government, particularly small businesses, since the project is 100% set aside for them, with an estimated cost range of $100,000 to $250,000. The contractor is required to start work within 10 calendar days after receiving the notice to proceed and must complete the project in 60 calendar days. Key requirements include compliance with specific wage determinations, submission of a complete Statement of Work, and performance and payment bonds. A site visit is scheduled for interested contractors for familiarity with project specifics, followed by a deadline for questions and bid submissions. The document emphasizes rigorous adherence to outlined federal regulations and successful performance metrics, which are fundamental for contractor evaluations and payment processing. This solicitation reflects the government's commitment to ensuring quality standards, regulatory compliance, and promoting small business participation in federal contracting.
    The document serves as an amendment for a government solicitation, specifically aimed at updating terms related to contract modifications and clarifying the procedures for acknowledging the amendment. The amendment modifies the solicitation's deadline for offers and provides options for contractors to acknowledge receipt, either through signed copies, acknowledgment on offer copies, or separate communication. The key purpose is to incorporate a revised Statement of Need into the procurement process, replacing the previous version of the document. The amendment includes instructions for submitting modifications and clarifies the contractor's responsibility in signing the document. Additional changes involve the replacement of an outdated attachment with a revised Statement of Need. This amendment is part of the standard federal procurement process, ensuring compliance with regulations and promoting transparency in government contracts.
    The document amends a solicitation for a construction project involving the installation of a vendor hood at Beale Air Force Base, California. It extends the proposal submission deadline to September 19, 2024, and details the project requirements, including a comprehensive Statement of Work, compliance with wage determinations, and a construction budget ranging from $100,000 to $250,000. This contract is specifically set aside for small businesses, with a completion timeline of 60 days, accommodating zero weather delays. A mandatory site visit is scheduled for August 27, 2024, and contractors must complete an access form by August 23. Additionally, responses to any inquiries must be submitted by August 30, 2024, with all plans distributed electronically. The amendment ensures that all previously stated terms remain unchanged, except for the newly added attachments, which provide further details pertinent to the solicitation. Overall, this document serves to keep potential contractors informed about changes critical for their bidding process in compliance with federal guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    99 CES Hoods and Ducts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for janitorial services focused on cleaning exhaust systems at Nellis Air Force Base (AFB) in Nevada. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform thorough cleaning of hood and duct exhaust systems at various food service facilities, ensuring compliance with safety and operational standards. This contract is crucial for maintaining food safety and operational readiness within military installations, with a performance period from October 16, 2024, to October 15, 2025, and the possibility of four additional option years. Interested small businesses must submit their proposals, including a completed Bid Schedule, by September 30, 2024, and can direct inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Rachel Tilley at rachel.tilley.1@us.af.mil.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    Hoods & Duct Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hood and duct cleaning services at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive cleaning and inspection of kitchen exhaust systems, adhering to National Fire Protection Association standards, with a contract value of approximately $9 million over multiple years, starting from January 2025. These services are critical for maintaining operational safety and compliance within military facilities, ensuring that essential cleaning operations continue uninterrupted, especially during emergencies. Interested contractors must submit their written quotations by October 3, 2024, and can direct inquiries to Contract Specialists Kyra Niece or Shane Yurkus via the provided contact information.
    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.
    Cathodic Protection Beale AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Cathodic Protection System for seven water wells at Beale Air Force Base in California. The project aims to restore functionality to the existing cathodic protection system, ensuring the integrity and longevity of the water supply infrastructure while adhering to environmental regulations. This initiative is critical for maintaining safe drinking water standards and preventing corrosion in essential facilities. Interested contractors must submit their proposals by September 28, 2024, following a site visit on August 13, 2024, and can direct inquiries to SSgt Milton Vasquez at milton.vasquez@us.af.mil or Gabriel Fickel at gabriel.fickel@us.af.mil. The estimated contract value ranges between $300,000 and $500,000.
    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 safety for K9s and trainers by providing shade and preventing overheating of turf and equipment, with the contractor responsible for a complete design-build approach that includes installing footings, lightning protection, and a structure to support metal panel roofing. This procurement is significant for ensuring operational efficiency and safety in military K9 training activities, with an estimated contract value between $500,000 and $1,000,000 and a total performance period of 312 calendar days. Interested HUBZone-certified small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadlines, with inquiries directed to Hayley Fenstermaker at hayley.fenstermaker.1@us.af.mil or SSgt. Eric Meshako at eric.meshako@us.af.mil.
    Renovate HVAC for B950 Phase 1
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking small businesses capable of providing HVAC renovation services for Building 950 at Tyndall Air Force Base in Florida. This Sources Sought Notice aims to identify qualified contractors to undertake the first phase of HVAC renovations, which includes the replacement of air handling units, ductwork, and the installation of control panels, all necessitated by the building's immediate repair needs. The project is critical for maintaining operational efficiency and compliance with safety standards, and it will follow a Design-Build delivery method to minimize disruption to base activities. Interested vendors must submit their capabilities and relevant information by September 30, 2024, to the designated contacts, SSgt Benjamin Spear and Bernard D. Husted, whose contact details are provided in the notice.
    JBLM Lewis, Washington- Burger King Image Upgrade
    Active
    Dept Of Defense
    The Army and Air Force Exchange Service (AAFES) is soliciting proposals for the upgrade of a Burger King facility at Joint Base Lewis-McChord (JBLM), Washington. The project aims to modernize the restaurant's interior and exterior, including replacing the roof, updating finishes, enhancing lighting, and adding a dual-lane drive-thru, with an estimated contract value between $1 million and $2.5 million. This renovation is crucial for providing quality dining services to military personnel and their families while ensuring compliance with federal standards and safety regulations. Proposals are due by September 27, 2024, and interested contractors should contact Nikisha Knowlton at knowltonn@aafes.com or 214-312-4570 for further details.
    DFAC Cleaning and Food line services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maryland Air National Guard, is seeking small business vendors to provide janitorial and food line services during monthly Unit Training Assemblies. The contractor will be responsible for all personnel, supervision, and services necessary for kitchen cleaning and food serving, as outlined in the Statement of Work (SOW). This opportunity is a total small business set-aside under NAICS code 561720, with a size standard of $22 million, emphasizing the importance of compliance with federal guidelines in proposal submissions. Interested vendors must submit their proposals via the solicitation module in PIEE by the deadline, with all questions due by September 18, 2024, directed to Michael Dombkiewicz at michael.dombkiewicz.1@us.af.mil or by phone at 410-918-6218.
    B729 Duct cleaning
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for duct cleaning services at Building 729. The project involves cleaning and sanitizing various HVAC components, including air handler units, metal ducts, and powered induction units, with a performance period of 90 days post-award. This initiative is crucial for maintaining air quality and operational efficiency within military facilities, ensuring compliance with local, state, and federal regulations. Interested contractors must submit their quotes by September 20, 2024, and can direct inquiries to Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.