DFAC DV Room Enclosure
ID: FA481425TF033Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Metal Window and Door Manufacturing (332321)

PSC

BUILDING COMPONENTS, PREFABRICATED (5670)

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 seeking proposals for the installation of a Distinguished Visitor (DV) Room Enclosure at the Diners Reef Dining Facility located at MacDill Air Force Base in Tampa, Florida. The project aims to enhance privacy and operational security by enclosing an area to mitigate noise and foot traffic, requiring the installation of glass-framed doors and windows that meet specific structural and sound mitigation standards. This procurement is set aside for small businesses under NAICS code 332321, with proposals due by 10:00 A.M. ET on April 23, 2025, and must include a cover sheet and conceptual mock-up drawings. Interested contractors can contact Ivan Oceguera at ivan.oceguera@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further information.

    Files
    Title
    Posted
    The document serves as a combined synopsis and solicitation for the purchase, delivery, and installation of DFAC DV Room Enclosure at MacDill AFB, Tampa, FL. It is designated as RFQ number FA481425TF033, specifically set aside for small businesses under NAICS code 332321. Quotes are solicited, with important deadlines set for April 24, 2025. The Government emphasizes that no award will be made unless funds are available, and it retains the right to cancel solicitation without obligation to reimburse bidders. Proposals must include a filled-out cover sheet and mock-up drawings. Technical capability to meet requirements and price will be key evaluation factors, with awards going to the lowest-priced, technically acceptable vendor. Discussions with vendors are not anticipated, although the Government retains discretion if necessary. The document includes essential clauses from the Federal Acquisition Regulation and specifies the importance of health and safety precautions in contract execution. Vendors must also be registered in the System for Award Management to be considered for contract awards. This solicitation underscores the Government's procurement process focused on small business participation and adherence to federal regulations.
    The document is a government solicitation outlining clauses for a procurement contract through the Department of Defense. It incorporates various clauses by reference, addressing compliance requirements, payment processes, and contractor obligations. Key topics include compensation standards for former DoD officials, whistleblower rights, cybersecurity measures for safeguarding sensitive information, and regulations prohibiting contracts with specific foreign entities. The document also emphasizes the importance of maintaining a transparent and efficient payment process through the Wide Area Workflow (WAWF) system, outlining necessary procedures for invoicing and payment requests. Additionally, there are provisions for small business participation, requiring representations from contractors about their business status, including small business, women-owned, and veteran-owned designations. This solicitation serves as a framework to ensure that contractors adhere to legal and ethical standards when engaging in governmental contracts, promoting fair competition, safety, and accountability. The document's structured format enhances clarity on compliance expectations and operational procedures for prospective contractors.
    There is no text provided to summarize. Please provide a document or text for analysis.
    The purpose of this document is to outline the requirements for the installation of an enclosed area within the Diners Reef Dining Facility at MacDill Air Force Base, designated as a Distinguished Visitor (DV) Area. This request arises from the need for privacy during sensitive discussions, as the current open-air design compromises operational security and confidentiality due to high noise levels and foot traffic. The project requires the enclosures to meet specific structural characteristics, including the installation of glass-framed doors and windows to ensure sound mitigation. Vendors must be capable of completing the design, procurement, construction, and installation within a stipulated timeframe of 4-6 weeks for initiation and 7 days for completion. Contractors must adhere to base access requirements and warrant post-installation maintenance. The overall intent is to enhance the functionality of the dining facility, thereby supporting essential military operations while accommodating distinguished visitors effectively.
    The document is a combined synopsis and solicitation (RFQ FA481425TF033) for the procurement of a DFAC DV Room Enclosure at MacDill Air Force Base, Tampa, FL, set aside exclusively for small businesses. The acquisition includes the furnishing and installation of four doors and three windows with clear tempered glass. Proposals must include specific documentation, including a cover sheet and conceptual mock-up drawings, and must be submitted by 10:00 A.M. ET on 23 April 2025. The evaluation of quotes will focus on technical capability and price, with awards granted to the lowest priced technically acceptable vendor. The document also outlines the government's rights, including the cancellation of the solicitation if funds are unavailable. Key clauses from the Federal Acquisition Regulation are referenced, requiring compliance with safety and health standards on government installations. The submission process emphasizes the importance of registering with the System for Award Management and directs potential offerors to engage with the contracting officer regarding inquiries. Overall, this RFQ illustrates the procurement process for government contracts, prioritizing small business participation while ensuring compliance with regulatory standards.
    The document details specifications for a construction project related to the DFAC DV Room Enclosure, emphasizing the installation of a Coral Series FL200 storefront featuring clear tempered glass. Key elements include the use of a bronze anodized finish metal, medium style doors equipped with standard three-point locks, continuous hinges, push/pulls, and surface-mounted closers. The glass partition is designed to act as a sound barrier to reduce external noise, thereby ensuring privacy for confidential discussions. This project is part of government initiatives as outlined in federal RFPs or grants, aimed at enhancing facilities while maintaining security and compliance standards. The focus on sound mitigation and privacy aligns with broader objectives of fostering secure environments for sensitive operations.
    This document pertains to the enclosement of door openings at a federal facility, specifically addressing queries related to the modification and installation process. The primary concern revolves around the potential removal of two 4”x6” tiles, which may interfere with the new door swivel mechanisms. While mentioned in the initial assessment, the necessity of tile removal is uncertain and not definitively required. The response emphasizes that these details must be taken into account during bidding, ensuring full transparency for contractors. Additionally, it confirms that both door openings are situated on tile floors. Overall, the document serves as a clarification source for contractors submitting proposals related to the door enclosure project, equipping them with essential information to assess potential costs and logistical considerations.
    Lifecycle
    Title
    Type
    DFAC DV Room Enclosure
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Shelf Stocking, RSHA, and Custodial Services at the MacDill AFB Commissary
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking qualified contractors to provide shelf stocking, receiving, storage, and custodial services at the MacDill Air Force Base Commissary in Tampa, Florida. The procurement aims to ensure efficient operations and maintenance of the commissary, which serves military personnel and their families by providing essential grocery and household items. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to James Beck at JAMES.BECK@DECA.MIL or by phone at 804-734-8000 for further details. The presolicitation notice indicates that the contract will be awarded based on the qualifications and past performance of the bidders.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    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.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Synopsis - Aircraft Wash
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive aircraft washing and corrosion control services, including all necessary personnel, equipment, and supervision, over a five-year ordering period from March 26, 2026, to March 25, 2031, with a potential six-month extension. The services are critical for maintaining the operational readiness and longevity of aircraft, particularly the KC-135, and the solicitation is expected to be issued on January 6, 2026, with a closing date of January 27, 2026. Interested parties must be registered in the System for Award Management (SAM) database and can direct inquiries to Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    MCSC Window Screen Replacement
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking sources for the replacement of window screens and screen frames at its facilities located at Hospital Point, Quantico, Virginia. The procurement involves approximately 1,123 durable, weather-resistant window screens that must provide good airflow, visibility, and security features, with the aim of enhancing the functionality and safety of the buildings. Interested parties are required to submit capability summaries, past experience, and estimated schedules for manufacturing, delivery, and installation by January 22, 2026, with an Industry Day tentatively planned for Q3 FY 2026 for selected firms to assess site conditions. For further inquiries, respondents may contact Christele Gatoro at christele.gatoro.civ@usmc.mil or Mark R. Sanderson at mark.sanderson@usmc.mil.
    NSN 1680-006777332, WINDOW CURTAIN, WSDC: 04F, AIRCRAFT, STRATOFORTRESS B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide window curtains for the B-52 Stratofortress aircraft, identified by NSN 1680-006777332. The procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 40 units, and delivery is expected 256 days after order placement. This item is critical for aircraft operations and requires compliance with specific manufacturing standards, including certification for access to unclassified data. Interested parties should contact Tatjana Klemmer at tatjana.vaughan@dla.mil for further information, and the solicitation will be available on the DLA Internet Bid Board System (DIBBS) around December 26, 2025.