Camp Mad Bull TTP K-Span Insulation
ID: FA500025Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, USA

NAICS

Drywall and Insulation Contractors (238310)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide foam insulation services at Camp Mad Bull, located on Joint Base Elmendorf-Richardson in Alaska. The project involves the installation of closed cell high density foam insulation, achieving an R-21 value, over approximately 12,000 square feet of exterior walls and roofs of a Quonset-style building, with a completion deadline set for June 30, 2025. This initiative is crucial for enhancing the energy efficiency and safety of military infrastructure, reflecting the government's commitment to maintaining operational facilities. Interested HUBZone-certified contractors must submit their quotes by 12 PM AKDT on January 24, 2025, and can direct inquiries to Hannah Tolbert at hannah.tolbert.1@us.af.mil or Zachary Braum at zachary.braum@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement for the Mad Bull TTP K-Span Insulation project at Joint Base Elmendorf-Richardson, AK, outlines the requirements for insulating a Quonset-style building. The project entails the application of closed cell high density foam insulation, achieving an R-21 value, to approximately 12,000 sq ft of walls and roof. The contractor is responsible for all aspects of the project, including management, materials, and ensuring compliance with applicable building and fire codes. Emphasis is placed on minimizing disruption to government operations and site security, as well as following health and safety regulations. Additionally, the contractor must adhere to green procurement standards by using environmentally-friendly materials. The document details specific building conditions, such as protection of existing electrical systems during application. Project oversight is provided by designated military personnel, ensuring communication and coordination throughout the process. This performance work statement reflects the federal government's commitment to maintaining facility safety and efficiency while following regulatory standards.
    The document titled "Mad Bull TTP K-Span Insulation" appears to be part of a government Request for Proposal (RFP) identified as FA500025Q0006. While the content consists of multiple pages, which seem to be largely repetitive or lacking detailed context, the primary focus is on the specifications and requirements for installing K-Span insulation. This insulation project is likely aimed at improving efficiency or safety within specified facilities under U.S. government jurisdiction. Key details likely encompass guidelines for material usage, installation processes, and compliance with standards such as the Service Contract Act (SCA). The RFP suggests a structured approach to solicit bids from contractors who can meet these requirements and deliver high-quality insulation work as per government specifications. This initiative underscores the government’s intention to enhance building infrastructure, ensuring optimal performance and longevity of facilities. Given the attachment references, it is reasonable to infer that the document adheres to federal protocols for construction and insulation projects, necessitating careful adherence to all outlined standards during implementation.
    The document pertains to the Mad Bull TTP K-Span Insulation project, referenced as Attachment 3, DBA WD under solicitation FA500025Q0006. While the specific details of the proposal are not provided within the text, it is dedicated to outlining requirements and expectations for a contracting opportunity related to insulation services using K-Span technology. Typical elements expected in such documents include project scope, technical specifications, deliverables, timelines, budgeting, and qualifications for bidders. This project likely aims to improve energy efficiency, durability, or functionality for federal properties through modern insulation methods. The structure of the document, spanning multiple pages, suggests it includes comprehensive stipulations and guidelines for interested bidders. Overall, this RFP aligns with government initiatives to procure services that enhance infrastructure and service sustainability.
    The document outlines the price schedule for a federal solicitation (FA500025Q0006) regarding the installation of K-Span insulation at Camp Mad Bull. It specifies a single project item, including essential submission details. Quotes are to be submitted via email to specified contacts (zachary.braum@us.af.mil and hannah.tolbert.1@us.af.mil) by 12 PM AKDT on January 24, 2025. Additional requirements include providing the contractor's address, warranty terms, discount terms, and acknowledgment of any solicitation amendments. Quotes must remain valid until April 25, 2025, with a total price to be stated. The purpose of this document is to facilitate the procurement process for insulation at Camp Mad Bull, ensuring compliance with federal contracting procedures and standards. Overall, this solicitation reflects the federal government's commitment to maintaining military infrastructure through systematic procurement processes.
    This document outlines the stipulations and clauses applicable to a specific federal Request for Proposal (RFP), identified by document number FA500025Q0006, primarily focusing on the compliance, reporting requirements, and prohibitions concerning contractor conduct. It includes numerous clauses, such as those related to the compensation of former Department of Defense (DoD) officials, safeguarding defense information, and prohibitions on engaging with entities related to certain regimes. Key clauses stress the importance of safeguarding covered defense information and addressing concerns related to telecommunications equipment. Additionally, there are certifications and representations required from offerors, covering aspects such as small business status, tax compliance, and adherence to labor standards. The document also outlines the electronic submission procedures for payment requests through the Wide Area Workflow (WAWF) system, ensuring clear guidelines for transaction processing. Overall, this RFP document serves to ensure compliance with federal laws, underscores ethical business practices, and mandates sustainability efforts within contractor operations, contributing to the integrity and security of federal procurement processes. This emphasis on ethical standards and compliance reflects the government's commitment to transparency and accountability in contracting.
    The Statement of Work (SOW) outlines the requirements for applying 3 inches of spray foam insulation, including the removal and safe covering of electrical switches and junction boxes to ensure they remain operable post-application. The contractor must provide generator power due to the lack of on-site electricity, including a 50-amp circuit. The completion date is set for June 30, 2025, and the Notice to Proceed (NTP) will follow contract award execution. Additionally, the contractor is responsible for heating the work area adequately before late April to meet installation standards. This document serves as part of the broader contract process involving federal grants and requests for proposals (RFPs), establishing clear responsibilities for contractors to ensure compliance with project specifications while addressing logistical concerns.
    The document is a combined synopsis/solicitation for the procurement of foam insulation services at Camp Mad Bull, Joint Base Elmendorf-Richardson, Alaska, under Solicitation FA500025Q0006. The government aims to award a firm-fixed-price contract for the installation of insulation at a specified depth (3" or R-21 value) for exterior walls and roofs of Quonset-style buildings. This solicitation is limited to HUBZone-certified contractors, aligning with the NAICS code 238310. Contractors are required to submit responses in three parts, including a price schedule, insulation product data, and completed provisions and clauses. The award will be based solely on price compliance, with emphasis on historical pricing and risk evaluation. All offers must be valid for 90 days, and contractors must ensure updated SAM registration. Submission deadlines include questions by January 13, 2025, and final quotes by January 24, 2025. Overall, this solicitation reflects standard government procurement practices aimed at addressing specific service needs while adhering to regulatory requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FIRE ISLAND INSULATION FOR ATTIC
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the installation of Kraft Faced R-38 Fiberglass Batt Insulation in the attic of the Multi-Mission Building at the USCG Station Fire Island, located in Ocean Beach, New York. The project entails the removal of approximately 6,240 square feet of old insulation and the installation of new material across four attic wings, with a completion timeline of 30 calendar days. This procurement is critical for maintaining energy efficiency and operational integrity within the facility, ensuring compliance with federal and state regulations, including OSHA standards. Interested contractors should contact Dakota Sheppard at dakota.j.sheppard@uscg.mil or 228-731-1866, or Jason L. Williams at jason.l.williams@uscg.mil or 571-608-4843 for further details and to ensure adherence to the outlined requirements.
    Portable Office Space and Furniture Rental
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors to provide portable office space and furniture rental services for a project at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement involves delivering and setting up four portable office space units, complete with essential amenities and furnishings, to support the Missile Defense Agency's Flight Test Mission from May to August 2025. This contract is crucial for ensuring operational efficiency and compliance with safety standards during the mission. Interested vendors must submit their quotes by 10 AM Alaska Standard Time on March 7, 2024, and can direct inquiries to Joseph Ford at joseph.ford.21@us.af.mil or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil for further clarification.
    25--INSULATION,THERMAL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of thermal insulation products, specifically polystyrene foam products, under a total small business set-aside. The objective of this solicitation is to acquire high-quality insulation materials that are critical for vehicular equipment components, ensuring operational efficiency and safety in military applications. Interested small businesses are encouraged to participate in this opportunity, with inquiries directed to the buyer via the provided email address, DibbsBSM@dla.mil. The solicitation details can be accessed through the DLA's DIBBS portal, and interested parties should be aware of the submission deadlines as specified in the solicitation document.
    FTQW 25-1102, Repair Roof CHPP (B6203)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide design services for the repair of the roof of Building 6203 at Eielson Air Force Base, Alaska, under project number FTQW 25-1102. The selected firm will be responsible for assessing the existing roof's condition and designing a new PVC roofing system that can withstand extreme Arctic weather, ensuring proper drainage and compliance with safety regulations, including a hazardous materials survey. This project is critical for maintaining infrastructure integrity in challenging conditions, and firms will be evaluated based on their qualifications, past performance, and ability to deliver on time. Interested parties should submit their qualifications electronically, including a cover letter and a Standard Form 330 (SF-330), to the primary contact, Tara Richmond, at tara.richmond@us.af.mil, by the specified deadlines.
    JBE088 JOINT INTEGRATED TEST AND TRAINING CENTER
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of the Joint Integrated Test and Training Center (JITTC) at Joint Base Elmendorf-Richardson (JBER), Alaska. The project aims to develop a 149,913 gross square-foot facility that will include various simulation and operational spaces, utilities, and site improvements, with an estimated contract value ranging from $250 million to $500 million. This initiative is critical for enhancing the Army's operational capabilities and aligns with sustainable construction practices, emphasizing small business participation and compliance with federal regulations. Interested contractors should contact Tammy Davis at tammy.davis@usace.army.mil or Michelle Mandel at MICHELLE.R.MANDEL@USACE.ARMY.MIL, and note that proposals are due by February 18, 2025, at 2:00 PM Alaska Time, following a scheduled site visit on January 17, 2025.
    53--INSULATION,THERMAL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of thermal insulation products, specifically polystyrene foam products, under a total small business set-aside. This solicitation aims to fulfill the military's need for effective thermal insulation solutions, which are critical for various defense applications. Interested vendors should note that inquiries regarding the solicitation can be directed to the buyer via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal. The contract is categorized under the NAICS code 326140 and PSC code 53, emphasizing the importance of compliance with federal procurement regulations.
    Combo Presolicitation Notice/Sources Sought - Repair Dorm B2422
    Buyer not available
    The Department of Defense, through the 366th Contracting Squadron, is seeking contractors for the renovation of Dormitory B2422 at Mountain Home Air Force Base in Idaho. The project involves the demolition of outdated mechanical and electrical systems, the construction of a new mechanical addition, and the installation of modern electric boilers and fire suppression systems, with an estimated contract value between $5 million and $10 million. This renovation is crucial for addressing aging infrastructure issues, including fire alarm failures and safety compliance, ensuring a safe and modern living environment for future occupants. Interested contractors must submit their qualifications and express interest by March 19, 2025, with an Invitation for Bid anticipated to be issued on April 15, 2025, and project completion expected within 540 days post-award. For further inquiries, contact Natasha Lizama at natasha.lizama.1@us.af.mil or the Construction Acquisition Flight at 366CONS.PKB.Construction@us.af.mil.
    B-21 60 Row Environmental Protection Shelters - North
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is soliciting bids for the construction of B-21 60 Row Environmental Protection Shelters in the northern region. This procurement aims to provide essential environmental protection structures that support the operational readiness and safety of military aircraft. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is categorized under the PSC code Y1BZ for the construction of other airfield structures. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584, or Jessica Jackson at jessica.r.jackson@usace.army.mil or 402-995-2052 for further details.
    FTQW 20-0504 - CHpp Phase C
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FTQW 20-0504 - CHPP Phase C project at Eielson Air Force Base in Alaska. This procurement involves the repair and replacement of electrical panels, circuits, and lighting fixtures at the Central Heating and Power Plant, emphasizing safety, environmental compliance, and minimal disruption to ongoing operations. The project is critical for upgrading military infrastructure and ensuring operational continuity while adhering to stringent federal, state, and local regulations. Interested small businesses must contact Christopher Blackburn or Ryan O. Smith at the provided email or phone numbers for further details, with the contract set aside for total small business participation.
    Joint Base Elmendorf-Richardson, Alaska- Express Image Update
    Buyer not available
    The Department of Defense, through the Army & Air Force Exchange Service, is soliciting proposals for the "Express Image Update" project at Joint Base Elmendorf-Richardson in Alaska. This project entails the renovation of approximately 10,200 square feet, including the conversion of an old laundry facility into a Starbucks, along with the interior remodel of a convenience store and the installation of quick-service restaurants, all to be completed within a 150-day timeline. The renovations are crucial for enhancing the operational efficiency and service offerings at the base, ensuring compliance with federal regulations and safety protocols throughout the construction process. Interested contractors should contact Christian Villamin at villaminc@aafes.com or by phone at 214-312-3219, with proposals due by March 27, 2025, and a budget estimated between $2,500,000 and $5,000,000.