Project CTGB 16-2017, Add/Renovate Aircraft Maintenance Shop, FAC 453
ID: FA465425B0001Type: Presolicitation
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

8(a) Set-Aside (FAR 19.8) (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 categorized as a Competitive 8(a) set-aside, aimed at enhancing facilities critical for maintenance operations, and will require compliance with specific security protocols as outlined in NIST SP 800-171A. The bid opening has been extended to December 5, 2025, 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 materialize.

    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 outlines the participants and their contact information involved in the site visit for the Project CTGB 16-2017 Renovation and Paint Booth dated September 10, 2025. Key attendees include representatives from the 434 MSG/CECC, 439 CONSIPA, SurfacePrep, and various contractors. The listed contact details provide direct lines to each participant for further inquiries or coordination.
    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
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a contract duration estimated at 519 calendar days from the notice to proceed. The project is critical for maintaining operational capabilities and safety standards at the base, addressing significant issues such as asbestos and PCB removal, and ensuring compliance with government regulations. Interested contractors should note that funds are not currently available for this acquisition, and no contract award will be made until appropriated funds are secured; the due date for bids is set for December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.
    Construction BPA
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small business firms to establish a Blanket Purchase Agreement (BPA) for construction services related to projects valued at $350,000 or less. The BPA aims to create a pool of prequalified vendors who will compete for individual construction requirements, including maintenance, upgrades, and minor construction at the NSWC Crane Division and Lake Glendora Test Facility. Interested firms must submit their past performance related to Department of Defense projects, along with a signed solicitation document, by the closing date of December 5, 2025, at 4:00 PM Eastern Time. For further inquiries, contact Kacey Jones at kacey.l.jones5.civ@us.navy.mil.
    B6413 BUILDING RENOVATION SECURE SPACE
    Buyer not available
    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 falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the repair or alteration of airfield structures. The opportunity is set aside for 8(a) sole source contractors, emphasizing the importance of specialized services in maintaining secure military facilities. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number W9126G26RA026. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    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.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Buyer not available
    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.
    Demo B6142
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the complete demolition of Building 6142 at Dyess Air Force Base in Texas. The project entails the removal of the entire structure, including concrete slabs and foundations to a depth of three feet below grade, along with all associated interior and exterior components, while adhering to strict safety and environmental regulations. This demolition is critical for site preparation and future development, ensuring compliance with federal, state, and local guidelines, including the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals by December 12, 2025, following an optional site visit on December 5, 2025, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    RENOVATE CORROSION CONTROL HANGAR BLG 6626
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is soliciting proposals for the renovation of the Corrosion Control Hangar Building 6626 located at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to repair or alter airfield structures as indicated by the PSC code Z2BZ. The opportunity is set aside as an 8(a) Sole Source, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can obtain further details by logging into the PIEE system and searching for solicitation number W9126G26RA042. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.