B1118 SAPR Office Wall and Door
ID: FA480325R0018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

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 bids for the construction of a privacy wall and glass door installation for the SAPR Office at Shaw Air Force Base in South Carolina. This project, valued at less than $25,000, is set aside for small businesses under the NAICS code 236220, and requires contractors to provide all necessary management, tools, labor, and materials to complete the work in compliance with various construction codes and standards. Interested contractors must submit sealed bids by May 7, 2025, and are encouraged to attend a site visit scheduled for April 14, 2025, with prior coordination for base access required. For further inquiries, contractors can contact Contract Specialist SSgt Christon Reed at christon.reed@us.af.mil or Contracting Officer Ms. Zelda J. Williams at moore.williams.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for the SAPR Office renovation at Shaw Air Force Base outlines the project scope to create two separate office rooms by installing an interior wall. The base bid includes demolishing existing materials, installing new fire alarm components, constructing the new wall with soundproofing, painting, and installing a glass door with a cypher lock. The contractor must comply with various government standards during construction, ensuring minimal disruption to base operations and safety. A warranty of at least one year is required following project completion. The document emphasizes the importance of proper waste disposal, specifying that all debris must be enclosed and disposed of in authorized landfills. Daily reports documenting progress and compliance are mandated. This SOW serves as a guideline for contractors to understand the requirements and expectations for the renovation, crucial for consistent quality and regulatory adherence in federal projects.
    The document outlines the proposal for a construction project identified as "VLSB -25-2503," managed by the 20 CES under Project Engineer Austin Baker. It includes detailed specifications for various materials and labor costs concerning interior finishes and ceiling systems at a specific location. The list enumerates items such as paints, vinyl wall bases, detection systems, acoustical ceilings, and glass doors, specifying quantities, unit costs, and labor requirements alongside direct costs. Notably, the document underscores categories like selective demolition, interior wall partitioning, and electrical conduit installations, reflecting a comprehensive approach to project execution. It captures total projected costs—including materials, labor, overhead, and profit—necessary for assessing project viability. This proposal is part of the broader category of federal grants and state/local RFPs, indicating procedural compliance with governmental procurement standards while ensuring potential contractors are equipped with precise, organized bid information.
    The Department of the Air Force issued a bid schedule for the VLSB 25-2503 project, which involves internal repairs to the SAPR Office. The key requirement is for a contractor to provide all necessary planning, labor, materials, equipment, permits, and transportation to construct an interior wall and install a door. The bid must comply with the detailed contract documents, particularly the Statement of Work. This project emphasizes the need for comprehensive execution while ensuring compliance with established operational standards. The total bid amount is left to be filled in, indicating flexibility for bidders to submit their proposals based on the outlined requirements.
    The document outlines the wage determinations for construction contracts in Sumter County, South Carolina, issued under General Decision Number SC20250030, effective January 3, 2025. This determination is relevant to building construction projects, which do not encompass single-family homes or low-rise apartments. It highlights minimum wage requirements under the Davis-Bacon Act, specifying that contracts awarded after January 30, 2022, must pay at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum rate of $13.30 per hour. Additionally, the determination lists prevailing wage rates for various trades, emphasizing that wages can vary based on union classifications and specific job responsibilities. Key classifications include electricians, pipefitters, and various labor roles, each with specific hourly rates and fringe benefits. Importantly, it stresses the need for adherence to paid sick leave guidelines under Executive Order 13706 for applicable contracts, as well as an appeals process for wage determination disputes, ensuring proper compliance and protections for workers. Overall, the document serves as a regulatory guide for contractors engaged in federal construction projects, aligning with broader government objectives to uphold labor standards and fair wages.
    The document outlines the specifications and requirements for a wall and door installation in the SAPR Office as part of a federal project (RFP FA480325R0018). Key details include a 4-inch high carpet coved base that needs to be matched with a sample, and a door that should swing into the closed-off space with right-mounted hinges. Further specifications require that the door be metal, matching a provided example photo, and frosted for non-translucency. The existing wall must integrate seamlessly with the ceiling height to ensure no visibility between rooms. The project is allowed to proceed on weekdays from 8:00 AM to 4:00 PM, with the building occupied during construction. Designated parking and laydown areas will be provided, and sound control rather than complete soundproofing is preferred due to potential discrepancies with existing walls. The document confirms the door's location, indicates no additional fire alarm is needed, and acknowledges lead times for storefront doors in the project schedule. This Q&A format clarifies technical specifications aimed at ensuring project compliance with federal standards and efficiency in execution.
    The document outlines the Design and Construction Standards for Shaw Air Force Base in South Carolina, delineating requirements for all construction activities within the base, including new facilities, renovations, and utility work. It emphasizes the necessity for compliance with various federal, state, and local building codes, as well as environmental regulations. Key sections cover general standards, civil engineering, architectural design, structural design, and mechanical systems, with specific guidelines for materials, structural integrity, and safety measures such as antiterrorism protocols. The document is structured into several categories, each detailing the necessary requirements for different aspects of construction. It includes a comprehensive table of contents and references to important appendices containing forms and specifications commonly required during the construction process. The standards reinforce not only aesthetic and functional aspects but also emphasize environmental sustainability and safety compliance. Overall, this document serves as a directive for contractors, designers, and engineers working on projects associated with Shaw AFB, ensuring adherence to rigorous design criteria and operational protocols vital for maintaining installation integrity and security.
    The solicitation FA480325R00180001 issued by Shaw Air Force Base seeks bids for the construction of a privacy wall and glass door installation for the SAPR office. This project is part of a competitive small business set-aside acquisition, with a total construction value below $25,000, and offers must be submitted by May 7, 2025. Contractors are required to commence work within ten calendar days after receiving the notice to proceed and complete it within thirty days. A pre-bid site visit is scheduled for April 14, 2025, and prior access arrangements to the base must be coordinated with contact personnel. Proposals must comply with specified regulations, including various building codes and safety standards. Contractors must provide all necessary resources and are obligated to submit performance and payment bonds if required. Additionally, all communications and inquiries regarding the solicitation must be addressed via email to the Contract Specialist and Contracting Officer. This contract reflects the government's initiative to support small businesses and maintain compliance with federal acquisition regulations.
    The document is a solicitation for construction services at Shaw Air Force Base, focusing on the installation of a SAPR Privacy Wall and Glass Door. The project is estimated to cost under $25,000 and is set aside for small businesses under the NAICS code 236220. Contractors are required to submit sealed bids by May 7, 2025. Performance must start within 10 calendar days of the Notice to Proceed, with completion required within 30 calendar days. A site visit is scheduled for April 14, 2025, and contractors must coordinate for base access. The document outlines specific compliance with various construction codes and standards, including policies on environmental safety and building specifications. Furthermore, it stresses the necessity for performance and payment bonds, as well as conforming to federal contracting clauses regarding labor standards and payment procedures. This solicitation highlights the government's commitment to ensuring quality construction while promoting small business participation in federal projects, adhering to mandated requirements for safety and legal compliance in contracting processes.
    This document serves as an amendment to a federal solicitation initially dated March 31, 2025. It outlines changes to the solicitation process, specifically rescheduling a site visit to Shaw Air Force Base to April 14, 2025, and extending the deadline for proposal submissions to May 7, 2025. All other original terms remain unchanged. The solicitation is a competitive small business set aside for construction services under NAICS code 236220, with a project value below $25,000. Important details include requirements for site access coordination with the Contracting Officer and the Contract Specialist, as well as submission deadlines for questions and proposals. Compliance with numerous codes and standards is emphasized for prospective contractors, ensuring work adheres to all relevant regulations. As such, this document highlights critical logistical adjustments and procedural instructions vital for stakeholders participating in the bidding process, reinforcing the necessity for adherence to timelines and communications.
    This document is an amendment to a solicitation, providing updates and necessary adjustments to a request for proposals (RFP) for the FA4803 contract. It extends the deadline for submitting offers and outlines the procedures for bidders to acknowledge receipt of this amendment to avoid rejection of their proposals. The amendment introduces changes, including answers to inquiries, a revised Statement of Work (SOW), and Shaw Design Standards, while reaffirming that all other solicitation terms remain unchanged. Contractors must ensure they acknowledge this amendment and any previous ones in their proposals. Questions should be directed to relevant contracting personnel, providing their contact information for clarity. This summary highlights the importance of compliance with submission regulations to ensure the proposals are considered responsive in the selection process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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.
    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.
    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.
    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.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    183 CES Demolish Buildings 12 & 13
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.