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
  1. 1
    Posted Dec 20, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 13, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 9:00 PM UTC
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
Jan 14, 2025, 12:04 AM UTC
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.
Jan 14, 2025, 12:04 AM UTC
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.
Jan 14, 2025, 12:04 AM UTC
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.
Jan 14, 2025, 12:04 AM UTC
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.
Jan 14, 2025, 12:04 AM UTC
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
525 FS Flooring Replacement at JBER, AK
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for a flooring replacement project at Joint Base Elmendorf-Richardson (JBER), Alaska, specifically for Building 9694. The project involves the removal of old carpet and the installation of approximately 16,252 square feet of luxury vinyl tile, along with rubber base cove and door transitions, requiring contractors to manage all aspects including material provision and coordination with building occupants to minimize disruptions. This procurement is part of a total small business set-aside initiative, emphasizing the importance of maintaining facility infrastructure while supporting small enterprises in federal contracting. Interested vendors must submit their quotes by May 15, 2025, with a site visit scheduled for May 1, 2025, and inquiries due by May 6, 2025; for further information, contact Tulay Urganci at tulay.urganci@us.af.mil or Alexander Tate at alexander.tate@us.af.mil.
JBE081 F-22 Fuel Systems
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the JBE081 F-22 Fuel Systems project at Joint Base Elmendorf-Richardson (JBER), Alaska. This design-build initiative aims to enhance the Petroleum, Oil, and Lubricant (POL) infrastructure to support the F-22 fighter aircraft, increasing fuel storage capacity from 150,000 gallons to 420,000 gallons through the construction of a new JP-8 Tank Farm 6 and the demolition of the existing Tank Farm 5. The project is critical for ensuring readiness and operational capabilities for the Global Strike Task Force, with a focus on maintaining air dominance. Interested contractors should contact Katherine Green at katherine.green@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil for further details, including requests for specific equipment information, as the procurement process is underway.
EIE439 Fuels Management and Laboratory Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a new Fuels Management and Laboratory Facility at Eielson Air Force Base in Alaska. The project involves demolishing the existing 1,615 square-foot facility and constructing a new 4,014 square-foot facility that will include laboratories, administrative offices, a fuels control center, and various support areas, all designed to enhance operational capabilities while ensuring compliance with safety and environmental regulations. This initiative is part of the 8(a) Program, set aside for small businesses, with an estimated construction cost between $10 million and $25 million. Interested bidders must submit their proposals electronically by May 22, 2025, and are encouraged to attend a site visit on May 2, 2024. For further inquiries, contact Raven Donelson at raven.s.donelson@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil.
Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of the Arctic Foundation Building 4002 at Pituffik Space Base in Greenland. The project entails comprehensive repairs, including clearing arctic ducts of debris, installing new dampers, actuators, and motors, and providing additional maintenance stock, all in accordance with detailed specifications and safety regulations. This initiative is crucial for enhancing operational capabilities in extreme environments and ensuring the facility meets necessary standards for functionality and safety. Interested contractors should contact Rene Streander at rene.streander.2.dk@spaceforce.mil or Andrew Lucas at andrew.lucas@spaceforce.mil for further details, with bids due by the specified deadlines outlined in the solicitation documents.
Solicitation: Insulation Board, Thermal (NSN: 5640-01-609-1656; 5640-01-609-1660; 5640-01-609-1653)
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of thermal insulation products, including LINER-SE, THERMAL LINER, and THERMAL LINER, AA ENDWALL, with specified quantities of 53, 69, and 54 units respectively. This firm-fixed-price contract emphasizes strict adherence to military packaging, preservation standards, and compliance with technical data access rules, which include export control requirements. The insulation products are critical for military applications, ensuring operational efficiency and safety in various equipment. Interested bidders must submit their proposals electronically through the System for Award Management (SAM) portal, acknowledging all amendments, and ensuring a minimum bid acceptance period of 90 days. For further inquiries, contact Jonice Green at jonice.d.green.civ@army.mil or call 571-588-1526.
FA462525R0004, Whiteman AFB Temporary Lodging Facilities Roofing Replacement
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the roofing replacement of Temporary Lodging Facilities (TLFs) at Whiteman Air Force Base in Missouri, under solicitation number FA462525R0004. The project entails replacing approximately 27,882 square feet of roofing on six buildings, including the removal of existing roofing materials and structural components, with compliance to federal regulations regarding asbestos management and construction standards. This initiative is crucial for maintaining adequate housing for military personnel and their families, ensuring operational readiness at the base. Interested contractors must submit sealed bids by April 25, 2025, and are encouraged to contact primary point Tariq Abdullah at tariq.abdullah.1@us.af.mil or 660-687-2594 for further details.
25--INSULATION,VEHICULA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of insulation for vehicles, specifically under the National Stock Number (NSN) 2540014970366. The solicitation includes a requirement for 97 units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000, with an estimated 12 orders per year and a guaranteed minimum of 14 units. This insulation is crucial for vehicular equipment components, ensuring operational efficiency and safety in various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil.
Anchorage Air Force Hub Recruiting Office
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.
B986 REPAIR HVAC PIPE INSULATION IN COMMON SPACES
Buyer not available
The Department of Defense, through the NAVFAC FAR EAST, is soliciting qualified contractors for the repair of HVAC pipe insulation in common spaces at Building 986, located at NAF Atsugi, Japan. The project involves inspecting and repairing HVAC refrigerant thermal insulation material for piping connections, ensuring the functionality and safety of the heating, ventilation, and air conditioning systems within the facility. This procurement is critical for maintaining operational readiness and compliance with federal standards, with an estimated project value ranging from approximately ¥3.6 to ¥14.5 million. Interested contractors must submit their quotes by June 10, 2025, and are encouraged to attend a site visit scheduled for May 13, 2025, at 10:00 AM; for further inquiries, contact Luz Baron at luz.m.baron.civ@us.navy.mil or Miki Masuda at miki.masuda.ln@us.navy.mil.
505 CTS Bldg 90063 Mold Mitigation
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for mold mitigation services at Building 90063, Hurlburt Field, Florida. The contractor will be responsible for providing all necessary management, labor, tools, and supplies to safely remediate mold, ensuring compliance with applicable regulations and maintaining a safe environment for personnel. This project is critical for health and safety standards, as it involves addressing mold issues identified in a specific area of approximately 2,900 square feet, including the removal of contaminated materials and thorough cleaning procedures. Interested small businesses must submit their quotes by April 28, 2025, at 2:00 PM CDT, and can direct inquiries to Alyssa Garred at alyssa.garred@us.af.mil or A1C Edren Jash Pena at edrenjash.pena.1@us.af.mil.