Construction, Demolition, and Renovation BLDG 453 and Installation of Paint Booth
ID: FA465425B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4654 434 CONF LGCGRISSOM ARB, IN, 46971-5000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction, demolition, and renovation of Building 453, along with the installation of a paint booth at Grissom Air Reserve Base in Indiana. This project is set aside for 8(a) competitors and involves significant renovations that require compliance with security standards outlined in NIST SP 800-171A. The bid opening has been rescheduled to December 5, 2025, at 9:00 AM, with a minimum acceptance period of 299 days following the offer due date, and the estimated period of performance spans from January 5, 2025, to February 4, 2028. Interested contractors should direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil or call 765-688-2818, noting that funding is not currently available and the solicitation may be canceled if funds do not become available.

    Point(s) of Contact
    Files
    Title
    Posted
    The Site Visit Agenda for Solicitation FA465425B0001 outlines the inspection of Building 453 at Grissom Joint Air Reserve Base on September 10, 2025. The purpose was to allow contractors, including Veteran Equipment Sales, LLC and Surface Prep, to assess site conditions for the CTGB 16-2017 BLDG 453 Renovation and Paint Booth project. The agenda details introductions between contractor representatives and government stakeholders, including the Contracting Officer, Project Manager, and Chief Engineer. The intent was to brief contractors on unique requirements that could impact their proposals. Contractors were instructed to email questions post-visit, and strict rules were set for taking photos, requiring government presence and approval to avoid capturing sensitive information.
    The Site Visit Agenda for Solicitation FA465425B0001 outlines the inspection of Building 453 at Grissom Joint Air Reserve Base on September 10, 2025. The purpose was to allow contractors, including Veteran Equipment Sales, LLC and Surface Prep, to assess site conditions for the CTGB 16-2017 BLDG 453 Renovation and Paint Booth project. The agenda details introductions between contractor representatives and government stakeholders, including the Contracting Officer, Project Manager, and Chief Engineer. The intent was to brief contractors on unique requirements that could impact their proposals. Contractors were instructed to email questions post-visit, and strict rules were set for taking photos, requiring government presence and approval to avoid capturing sensitive information.
    The document "Project CTGB 16-2017 BLDG 453 Renovation and Paint Booth Question and Answers" addresses inquiries related to an 8(a) set-aside construction or renovation project at Grissom ARB. Key information provided includes recent 8(a) prime contractors who have worked on similar projects at Grissom ARB, specifically Red Lake Construction and AAECON General Contracting LLC. For contractors seeking information on 8(a) eligibility within Indiana, the document directs them to the Indiana District Small Business Administration website. Additionally, it clarifies that security requirements for applicants can be obtained by contacting the Visitor Center directly at 765-688-4352.
    The document is a site visit attendance sheet for Project CTGB 16-2017 BLDG 453 Renovation and Paint Booth, held on September 10, 2025. It lists attendees from various government departments, primarily 434 MSG/CECC, 434 MXS/MXMF, and 439 CONS/PA, along with several contractors from companies such as Surfaceprep, VESSYSTEMS.COM, and Cape Fox Mountain Point. The sheet includes names, company/government department affiliations, phone numbers, and email addresses for each participant. This document serves as a record of individuals present at the site visit, indicating involvement from both government personnel and private contractors in the renovation and paint booth project.
    This government solicitation outlines instructions, conditions, and notices for bidders, emphasizing that no award will be made until funds are available and the government reserves the right to cancel. Bids can be mailed, sent via DoD SAFE, or hand-delivered to Grissom ARB by December 5, 2025, at 9:00 AM. Hand-delivery requires completing the DBIDS process three business days prior. Bid packages must include a completed SF-1442, bid guarantee, financial capability letter, and contractor information sheet. Key requirements include acknowledging amendments, providing a complete bid schedule with unit and total prices, and certifying online representations (SAM.gov). Site visits are scheduled for September 10, 2025, requiring prior registration and a background check. Questions from the site visit must be submitted by October 1, 2025. The lowest-priced, responsible bidder will be awarded, contingent on funding and submission of performance/payment bonds and pre-construction submittals. Physical work cannot commence without approved safety plans. Certain Architectural and Engineering firms are excluded from participating.
    This document is an amendment to Solicitation Number FA465425B0001, specifically Amendment Number FA465425B00010001, issued on October 21, 2025. The purpose of this amendment is to extend the bid opening date to December 5, 2025, change the minimum acceptance days after the offer due date to 299 days, and adjust the estimated Period of Performance to January 5, 2025, through February 4, 2028. Key changes include allowing electronic bids via DoD SAFE, removing previous restrictions on electronic submissions, and setting the bid opening time to 9:00 AM on December 5, 2025. Additionally, it states that government answers to offeror questions will be posted after the government shutdown concludes. The amendment also adds and deletes Attachment 7 Section L - Instructions, Conditions, and Notices to Offeror, indicating a revision of this section.
    Similar Opportunities
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    B6413 BUILDING RENOVATION SECURE SPACE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of secure space at Barksdale Air Force Base in Louisiana. This project, identified as 'B6413 BUILDING RENOVATION SECURE SPACE', falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified as a repair or alteration of airfield structures. The contract is set aside for 8(a) sole source, indicating a focus on small businesses within the 8(a) program, and interested parties can find more details by logging into the PIEE portal and searching for solicitation number W9126G26RA026. For inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, known as the NASIC District Cooling Plant, aims to provide essential cooling infrastructure, with a construction magnitude estimated between $25 million and $100 million. The procurement is classified as full and open, with a specific emphasis on HUBZone small business participation, which includes a 10% price evaluation preference. Interested contractors should note that the response deadline has been extended to January 15, 2026, and are encouraged to contact Chase Rost at chase.j.rost@usace.army.mil or 502-315-6855 for further details.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Draft IFB Simplified Acquisition of Base Engineering Requirements
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the Simplified Acquisition of Base Engineering Requirements (SABER) at Joint Base Langley-Eustis, Virginia. This procurement aims to establish two firm-fixed price Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a wide range of maintenance, repair, and construction work, with a total program ceiling of $320 million over a base year and seven option years. The contracts will be awarded through competitive procedures, prioritizing the lowest price, responsible offeror, and are set to be solicited on or about March 2, 2026. Interested parties should direct their questions and comments regarding the draft Invitation for Bid (IFB) to M. Joy de Lande or Chanda Jarmon by January 23, 2025, at 2:00 PM EST.
    Employment Physicals 2026-2031
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for employment physicals at Grissom Air Reserve Base (GARB) in Indiana for the fiscal years 2026-2031. Contractors are required to provide comprehensive physical examinations for federal civilian employees, including pre-appointment, fitness-for-duty, and specialized testing for roles such as firefighters and police officers, adhering to the guidelines outlined in the Performance Work Statement. This contract is crucial for ensuring the health and readiness of personnel, with evaluations based on the Lowest Price Technically Acceptable criteria, and may result in a single or multiple award Blanket Purchase Agreement. Interested contractors must submit their proposals electronically by January 19, 2026, and direct any questions to the primary contact, Makinsey Fields, at makinsey.fields@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 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, and proposals must remain valid through March 31, 2026.
    B2620 Dorm Construction
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking potential sources for the B2620 Dorm Construction project at Joint Base McGuire-Dix-Lakehurst, New Jersey. This project involves extensive demolition, renovation, and construction work to improve living conditions in the dormitory, including refurbishing bathrooms and bedrooms, updating electrical systems, and addressing hazardous materials such as asbestos and lead paint. The total performance period for the project is 665 calendar days, which includes 245 days for design and 420 days for construction, with a focus on adhering to federal, state, and local codes. Interested parties are encouraged to contact Daniel Theyn at daniel.theyn@us.af.mil or Wanda L. Wilson at wanda.wilson.1@us.af.mil for further information and to express their interest in participating in this opportunity.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update provisions and clauses, revise wage determinations, and extend the proposal submission deadline to February 6, 2026, at 1400 Central Time. The project falls under the NAICS code 237130, focusing on the construction of power and communication line structures, which are critical for ensuring operational efficiency and reliability at military installations. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil for further information regarding the solicitation.