Refurbish Ultimate Warrior Statue Joint Base McGuire-Dix-Lakehurst
ID: FA448424Q0046Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- METAL BARS, SHEETS, AND SHAPES (J095)

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 proposals from qualified small businesses for the refurbishment of the Ultimate Warrior Statue at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project involves the careful removal, restoration, and reestablishment of the 13-foot statue, with a total budget of approximately $19,000,000 and a performance period of 120 days post-award. This refurbishment is significant as it contributes to the preservation of military heritage and enhances the aesthetic value of the base. Interested contractors should direct inquiries to Emily Scully at emily.scully@us.af.mil or call 609-754-4964, and must adhere to the proposal submission guidelines outlined in the solicitation document.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the antiterrorism awareness protocol for contractors operating at Joint Base McGuire-Dix-Lakehurst in New Jersey. It emphasizes the vital role contractors play in enhancing security by remaining vigilant and reporting suspicious activities. Essential guidelines are provided for recognizing potential threats, such as surveillance, suspicious individuals, and unusual vehicle behavior. The document defines terrorism according to the Department of Defense and categorizes potential victimhood scenarios. Emergency procedures are detailed, including important contact numbers for reporting suspicious activity and the proper process for identification and response. It introduces the Force Protection Conditions (FPCON), which dictate security measures based on varying threat levels, ranging from normal operations (FPCON Normal) to high alert (FPCON Delta) following an actual attack or imminent threat. The pamphlet aims to inform contractors of their responsibilities and necessary actions to maintain safety and security on base, thereby contributing to the broader mission of countering potential terrorist threats.
    The Antiterrorism Guide for Contractors issued by the Department of the Air Force outlines essential protocols for contractors operating at Joint Base McGuire-Dix-Lakehurst (JB MDL). It emphasizes contractors' responsibilities to safeguard personnel and resources against terrorist acts, aligning with Department of Defense (DoD) antiterrorism standards. Key topics include the obligation of contractors to ensure strict control of personnel and vehicles, and the importance of completing DoD-approved Antiterrorism Level I Training. The document encourages “See Something-Say Something” reporting for suspicious activities, providing emergency contact numbers for reporting incidents both on and off base. It details specific behaviors that should be reported, such as surveillance or suspicious individuals, and outlines steps for reporting suspicious activity effectively. Collectively, these measures aim to sustain a secure environment and enhance the overall force protection of military installations. This guide serves as a critical resource for contractors involved in military operations, ensuring compliance with safety regulations and contributing to the broader goal of national security.
    The document outlines security procedures for contractors accessing Joint Base McGuire-Dix-Lakehurst (JB MDL), emphasizing stringent entry control measures. It mandates criminal history background checks for all contractors and establishes processes for issuing installation access passes. It details the requirements for submitting an Entry Authority List (EAL) to the Welcome Center, highlighting essential information such as company details and personnel requiring access. Visitor passes are restricted based on the duration of the contractor’s stay, with distinct protocols for U.S. citizens and foreign nationals. Furthermore, it specifies regulations for vehicle access and guidelines for handling restricted and controlled areas within the installation. The document serves to ensure the security of JB MDL by ensuring only qualified personnel gain access, aligning with federal and military security requirements, particularly relevant for government contracts and RFP processes.
    The provided document outlines the medical care provisions for contractor employees working at the Joint Base McGuire-Dix-Lakehurst (JBMDL) under the 87th Medical Treatment Facility (MTF). It states that urgent health care will be available to these employees for on-duty injuries, defined as critical medical care necessary to preserve life or prevent significant suffering. While treatment will be provided until stabilization, all associated costs must be covered by the contractor or the affected employees, not the MTF, the U.S. Air Force, or the government. Payment systems and billing processes are detailed, indicating that contractors are responsible for providing their insurance information to facilitate coverage of medical expenses. This provision is significant in the context of government RFPs as it defines the liability and responsibility surrounding employee health care while fulfilling contracts at military installations, ensuring clear communication of expectations and liabilities for all parties involved.
    The memorandum from the Department of the Air Force outlines the process for requesting access to Joint Base McGuire-Dix-Lakehurst (JB MDL) for individuals. It emphasizes that not all personnel will be granted permissions, and those seeking entry may require sponsorship privileges, which are subject to approval by designated supervisors. The document includes sections for inputting personal information, purpose of visit, access dates, and verification of background checks to determine eligibility. It underscores the importance of the sponsoring individual in briefing their guests on base protocols, including entry procedures, health precautions, and accountability for guest conduct. The memorandum also clarifies that any disqualifying factors related to criminal background checks may result in denied access. This process illustrates the base's dedication to security and proper management of visitor access, which is fundamental in military installations, aligning with federal standards for safety and security in government operations.
    The document outlines a federal solicitation for a contract specifically aimed at women-owned small businesses (WOSB) for the refurbishment of the Ultimate Warrior Statue at Joint Base McGuire Dix Lakehurst (JB MDL), New Jersey. The primary objectives include relocating, refurbishing, and reestablishing the statue in its original site within a 120-day performance period post-award. The total budget for this project is approximately $19,000,000. The solicitation stipulates that it is a small business set-aside, and includes comprehensive instructions for the proposal submission, evaluation, site visit, and Q&A deadlines. The award will utilize a lowest price technically acceptable method of evaluation. Additionally, the document specifies various clauses and terms in accordance with federal acquisition regulations, focusing on compliance with safety, payroll standards, and contractor responsibilities. The intent of this document is to solicit bids and ensure the project adheres to all governmental regulations while promoting participation from qualified women-owned small businesses, thereby supporting economic inclusion within federal contracting processes. Overall, it exemplifies the federal government's commitment to diversity in procurement and engagement with small businesses.
    This document outlines the Statement of Work for refurbishing the Ultimate Weapon Statue at McGuire Air Force Base. The contractor is tasked with removing the 13-foot, 3000-4000 lb statue for restoration, requiring all necessary personnel, equipment, and materials, along with certification for a qualified conservation studio. Key project tasks include careful removal and transport, reframing and treating the statue, and repairing the pedestal and landscaping. Provisions mandate the contractor's liability for surrounding repairs and debris disposal, adherence to all relevant codes and standards, and maintaining cleanliness on an active job site. Contact personnel for coordination are designated, and the project completion period is set to 120 days. Strict entry requirements into the base highlight the importance of security during operations. A final inspection will be conducted post-project to ensure satisfaction of work criteria. The document serves as a detailed guide for contractors to execute repairs while following governmental regulations and safety protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the F-35 Combined Weapons Facility at the Jacksonville Air National Guard Base in Florida. This project, designated under solicitation number W50S6Y25BA004, is set aside for small businesses and has an estimated contract value between $10 million and $25 million, focusing on site preparation, utility extensions, and facility construction in compliance with federal regulations. The initiative is crucial for enhancing military capabilities and modernizing defense infrastructure, with responses due by 10:00 AM on March 20, 2025. Interested contractors can reach out to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405 for further information.
    Air Force Operational Commercial Solutions Opening
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking innovative commercial solutions under the "Air Force Operational Commercial Solutions Opening" at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The procurement aims to acquire technologies and services that address capability gaps within the Air Force, with a focus on solutions priced under $30,000, although higher proposals may also be considered. This initiative is crucial for enhancing mission capabilities and operational efficiency, particularly in areas such as logistics, security, and training technologies. Interested small businesses must submit their proposals electronically by September 30, 2025, and can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project aims to establish a 30,300 square-foot facility designed for vehicle maintenance and aircraft support, with a budget estimated between $10 million and $25 million. The construction is critical for enhancing military maintenance capabilities and ensuring compliance with federal safety and operational standards. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887.
    FY25 MAFB Construct Fire Station Bay Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking capable businesses for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. This project, estimated to cost between $5 million and $10 million, involves the construction of a facility approximately 20,000 square feet in size, designed to accommodate emergency services equipment and trailers, including features such as parking stalls, a foam storage room, restroom facilities, and utility spaces. The procurement is critical for enhancing emergency response capabilities in remote climates, and interested firms must demonstrate relevant experience and comply with military design standards. Responses to the Sources Sought Notice are due by February 26, 2025, and interested parties should contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil for further details.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base in California. This procurement aims to enhance various infrastructure aspects at the base, with a total funding ceiling of $525 million, allowing for the award of up to five firm-fixed price task orders ranging from $2,000 to $25 million. The contract is specifically set aside for participants of the 8(a) Business Development program, emphasizing the government's commitment to engaging small businesses in federal contracting opportunities. Interested contractors must submit their proposals by September 30, 2025, and can direct inquiries to Alyson R. Kolding at alyson.kolding@spaceforce.mil or Jennifer Paccioretti at jennifer.paccioretti@spaceforce.mil for further information.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This federal contract, designated for Historically Underutilized Business (HUBZone) participation, involves significant construction work estimated between $5 million and $10 million, with a project timeline commencing on September 1, 2025, and concluding by September 3, 2026, followed by a 30-day closeout period. The project is critical for maintaining operational readiness and safety at the base, requiring compliance with federal wage standards and safety regulations throughout the construction process. Interested contractors should contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil for further details, and must submit their proposals in accordance with the solicitation requirements by the specified deadlines.
    Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a federal contract focused on barrier maintenance services at Hurlburt Field, Florida. The contractor will be responsible for the preventive maintenance, inspections, and minor repairs of Air Force vehicle barrier systems, ensuring compliance with federal, state, and local regulations while maintaining a performance threshold of 96% operational readiness. This contract, set aside for small businesses, particularly Women-Owned Small Businesses, has an acquisition ceiling of $25 million and requires submissions by February 28, 2025, following a mandatory site visit on February 6, 2025. Interested parties can reach out to Peyton Cole at peyton.cole@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil for further details.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    Tree Trimming & Tree Removal Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for tree trimming and tree removal services at Moody Air Force Base in Georgia. The contract, identified by requisition number FA483025Q0014, has an estimated award amount of $9.5 million and is set to commence on February 15, 2025, lasting for five years. This procurement is crucial for maintaining safety and environmental standards on the base, with contractors required to respond to service requests within five business days and emergency situations within one hour. Interested vendors, particularly those classified as small businesses, must submit technical and price proposals, including proof of liability insurance and licensing to operate in Georgia, by the specified deadline. For further inquiries, potential bidders can contact Victor Houston at victor.houston.1@us.af.mil or by phone at 229-257-1502.
    F-35 Maintenance Facility, Phase 1
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is seeking sources for the construction of the F-35 Maintenance Facility, Phase 1. This procurement involves industrial building construction, focusing on the establishment of maintenance buildings essential for the operational readiness of the F-35 aircraft. The project underscores the importance of maintaining advanced military capabilities and infrastructure. Interested parties can reach out to Natalia Gomez at natalia.gomez@usace.army.mil or by phone at 916-557-6868, or Michelle Spence at michelle.a.spence@usace.army.mil or 916-577-7900 for further details.