Temporary Lodging Facility (TLF), Peterson Space Force Base (PSFB), Colorado (CO)
ID: W9128F24R0016Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

PSC

CONSTRUCTION OF TROOP HOUSING FACILITIES (Y1FC)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting proposals for the construction of a Temporary Lodging Facility (TLF) at Peterson Space Force Base in Colorado. The project entails the construction of three single-story, wood-framed buildings totaling approximately 26,413 gross square feet, designed to provide temporary lodging with various functional amenities, including accessible units, community laundry facilities, and essential infrastructure. This initiative is crucial for enhancing support facilities for military personnel, reflecting the government's commitment to improving military infrastructure. Proposals are due by November 7, 2024, with an estimated construction cost between $10 million and $25 million. Interested contractors should direct inquiries to Brandon Landis at brandon.p.landis@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for constructing a Temporary Lodging Facility (TLF) at Peterson Space Force Base in Colorado, with an estimated construction cost exceeding $10 million. The project involves building three single-story, wood-framed structures to serve as temporary lodgings, featuring various functional amenities and utilities. The solicitation is classified as unrestricted, welcoming participation from both large and small businesses, and includes provisions for substitution of brand-name products, provided they meet specified qualifications. Proposals must be submitted by November 7, 2024, and should clearly demonstrate compliance with design requirements and address potential risks. The evaluation process will involve a Source Selection Evaluation Board assessing technical merits, including past performance, project management, and key personnel qualifications. The document emphasizes the importance of thorough and compliant submissions, as proposals failing to adhere to guidelines may be rejected. Overall, this RFP serves as a framework for engaging contractors for a significant development project aimed at enhancing support facilities for the Defense Department, signifying government investment in upgrading military infrastructure.
    The Request for Proposal (RFP) W9128F-24-R-0016 outlines the specifications for constructing a Temporary Lodging Facility at Peterson Space Force Base, Colorado. It provides a comprehensive project table of contents, detailing various divisions covering general requirements, construction materials, and special considerations such as environmental protection, indoor air quality, and sustainability reporting. Key sections include guidelines for cutting and patching, work restrictions, project scheduling, and quality control measures essential for successful project execution. The document emphasizes adherence to strict safety protocols, security provisions, and logistical arrangements to navigate operational constraints within the military base. It also mandates that contractors familiarize themselves with base regulations and access protocols, detailing requirements for employee identification and entry procedures. The RFP highlights the importance of coordination among contractors, the government, and other stakeholders, promoting a collaborative approach to project management through weekly meetings and progress evaluations. Overall, this RFP serves as a critical framework for ensuring that the construction aligns with military standards and meets the operational needs of the Air Force while maintaining safety and environmental standards.
    The document outlines the design and construction plans for a Temporary Lodging Facility (TLF) at Peterson Space Force Base in Colorado Springs, Colorado. The project involves building three lodging facilities totaling approximately 26,413 gross square feet, comprising 28 standard and two accessible units. Key features include community laundry facilities, a housekeeping area, and essential site work such as grading, paving, landscaping, and utility connections. The project emphasizes compliance with federal and state regulations, including the Architectural Barriers Act, ensuring accessibility and safety for all users. Specific construction materials include pre-manufactured wood trusses and a standing seam steel roof. Additionally, the document details the responsibilities of contractors in relation to safety, compliance with building codes, and environmental considerations, including waste recycling. Overall, the project aims to enhance operational capabilities at Peterson Space Force Base by providing adequate lodging for personnel while adhering to stringent construction standards and environmental considerations, reflecting the government's commitment to quality facilities for its service members.
    Similar Opportunities
    Notice of Intent to Sole Source A-E Construction Phase Services for Temporary Lodging Facility (TLF), Peterson Space Force Base (SFB), Colorado (CO)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Omaha District, intends to negotiate a sole source contract for architect-engineering construction phase services related to the Temporary Lodging Facility at Peterson Space Force Base in Colorado. The selected firm will be responsible for post-award activities, including construction submittal reviews, responding to contractor Requests for Information (RFIs), managing potential design changes, and attending site visits and construction meetings over an estimated 18-month period. This procurement is crucial for ensuring that the facility is constructed according to the original design intent and specifications. Interested firms must submit a capability statement by October 11, 2024, at 2:00 PM Central, with the estimated contract value ranging from $250,000 to $750,000. For further inquiries, contact Brandon Landis at brandon.p.landis@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Active
    Dept Of Defense
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    B-21 60 Row EPS - North, Ellsworth AFB, South Dakota
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is preparing to solicit proposals for the construction of five new pre-engineered metal Environmental Protection Shelters (EPS) at Ellsworth Air Force Base in South Dakota. This project aims to provide approximately 20,000 square feet of shelter space designed to accommodate B-2A “Spirit” aircraft, along with necessary airfield and ground support equipment paving, and maintenance kiosks for electrical and communication infrastructure. The estimated project value ranges between $25 million and $100 million, with proposals expected to be due in the second or third quarter of fiscal year 2025. Interested parties can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or 402-995-2584 for further information, and the solicitation will be open to both large and small businesses.
    Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for a Design-Build project to repair the vehicle search area at Offutt Air Force Base (OAFB) in Nebraska. The project involves demolishing existing facilities and constructing new structures to enhance vehicle control, inspection processes, and security in compliance with Unified Facilities Criteria (UFC) standards. This initiative is crucial for ensuring effective traffic management and security at the USSTRATCOM Gate, with an estimated construction cost ranging from $10 million to $25 million. Interested prime contractors with a bonding capability of at least $10 million must submit their responses, including company information and relevant project experience, by October 9, 2024, with the anticipated solicitation expected to be issued in April 2025.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for 146 personnel, featuring modern living spaces, common areas, and sustainable building practices aimed at achieving Net Zero greenhouse gas emissions. The contract, valued between $50 million and $100 million, will be awarded based on a Best Value Tradeoff source selection process, and interested contractors must register in the System for Award Management (SAM) to participate. For further inquiries, potential offerors can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil.
    FY25 Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Seattle District, is seeking interested business sources for the construction of a Commercial Entrance Control Facility at Malmstrom Air Force Base in Montana. The project involves the design and construction of a large vehicle inspection station, support buildings, and various security features, with an estimated construction magnitude between $10,000,000 and $25,000,000. This sources sought notice aims to identify qualified contractors, particularly small businesses and those classified under specific programs such as 8(a) or Service-Disabled Veteran-Owned Small Businesses, to ensure compliance with the NAICS code 236220. Interested firms must submit their capabilities packages by October 14, 2024, and must be registered in the System for Award Management (SAM) to be eligible for future contracts. For further inquiries, contact Kyla Couch at kyla.m.couch@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    HDCSO Hotel Lodging FY25 - FY29
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to establish a Blanket Purchase Agreement (BPA) for hotel lodging services to support government personnel at Fort Leonard Wood, Missouri, from November 29, 2024, to November 28, 2029. The contract aims to provide fully furnished hotel accommodations for military personnel during in-processing and training when on-post lodging is unavailable, ensuring compliance with strict health and safety standards. This procurement is crucial for maintaining operational readiness and providing safe lodging options for troops, with a maximum estimated value of $8.5 million over the five-year period. Interested small businesses can contact Maria-Elisa Trinidad at maria-elisa.trinidad.civ@army.mil or Alfreda M. Dupont at alfreda.m.dupont2.civ@army.mil for further details.
    Construct Flightline Fueling Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is seeking contractors for the construction of a Flightline Fueling Facility at Whiteman Air Force Base in Missouri. This Design-Bid-Build (DBB) contract involves the construction of two R-11 refueler truck pantograph fuel stands, a ground vehicle fueling station with double-walled above-ground storage tanks, and associated infrastructure, with an estimated project value between $10 million and $25 million. The solicitation is expected to be released around October 18, 2024, with proposals due approximately 90 days later; interested vendors should register on SAM.gov to receive updates and ensure compliance with registration requirements. For further inquiries, contact Jeri Halterman at jeri.l.halterman@usace.army.mil or Michael France at michael.g.france@usace.army.mil.