🌐 FUNCTIONAL URL | 💵 SOLICITATION VALUE | 📄 NOTICE TYPE ELEMENT | 📅 DUE DATE | 📆 POSTING DATE | 🎯 SET ASIDE CODE | 👤 CONTACT NAME | 📝 DESCRIPTION | 📌 SUBJECT | 🔧 PRODUCT SERVICE CODE | 📇 NAICS CODE | 🏢 DODAAC | 🏤 OFFICE ADDRESS |
| | | | | | | | | | | | |
Link | FA282325R1991 | Presolicitation | 2025/03/19 12:00 -06:00 | 2025/03/04 | Local Area Set-Aside | Shane Quinn | Eglin Air Force Base (AFB), FL has a requirement to renovate the third floor of Building 13A to ICD705 standards. The North American Industry Classification System (NAICS) code for this requirement is 236220 Commercial and Intuitional Building Construction with a size standard of $45M. Statement of Magnitude is between $5,000,000.00 and $10,000,000.00. This requirement will be competed as a local area small business set-aside in accordance with FAR 6.203, utilizing a best value source selection process and award will be made based upon the Best Value to the Government in accordance with FAR Part 15.3. The local area is set aside is limited to a 200-mile radius of Eglin AFB. This project includes, but is not limited to, the following: Selective demolition of existing interior construction, finishes and modifications to conference rooms, offices, corridor, and breakroom. Also included are the replacement of the existing HVAC and electrical system. The project will comply with applicable DoD, Air Force, and base rules and standards. The performance period is anticipated to be 365 days after the Notice to Proceed (NTP). The above general description of work does not in any way limit the responsibility of the contractor to perform all work and furnish all labor, materials, and equipment in accordance with the specifications. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Governmentâs discretion.The Request for Proposal (RFP) will be available on SAM.gov on or about 24 March 2025. Prospective contractors must be registered in the System for Award Management (SAM) database prior to award of a Government contract. Offerors are further advised that failure to register in the SAM database will render your firm ineligible for award. Registration requires applicants to have a SAM Unique Entity ID; recommend registering immediately in order to be eligible for timely award. The solicitation will be available only via the Internet at the following address: SAM.gov. For information on how to register your company on https://piee.eb.mil/, to view or receive updates and notifications to the solicitation, please reference the guides located on the web site home page. NO paper copies of the impending solicitation will be furnished. | RENOVATION 3RD FLOOR BLDG 13A | Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS | 236220 - Commercial and Institutional Building Construction | FA2823 | GPC ONLY NOT FOR SHIPPING EGLIN AFB FL 32542-5418 EGLIN AFB FL 32542-5418 USA |
Link | W911SA25RA004 | Solicitation | 2025/03/25 10:00 -05:00 | 2025/02/20 | Historically Underutilized Business (HUBZone) Sole Source | Neil Hogie | The Mission and Installation Contracting Command (MICC), Fort McCoy, Wisconsin has a requirement for broad range of Design-Build renovation and construction projects to include but not limited to construction type services to provide and or maintain real property facilities for design, construction, or repair of major or minor construction situations for the 63rd Readiness Division (RD). This is a DESIGN-BUILD MATOC and will service locations in Arizona, Nevada, New Mexico, and Northwest Texas. The General Scope of this upcoming requirement is to provide all management, personnel, materials, equipment, supplies, and transportation needed to execute tasks for a variety of trades such as carpentry, roofing, painting, electrical, HVAC, plumbing, masonry, demolition, roadwork, storm drainage, earthwork, welding, and other general construction. Projects awarded utilizing the MATOC will possibly stem from completed designs, partial designs, or as specified and will be accompanied by a Statement of Work (SOW). Projects include design-build projects. All anticipated projects demand high standards of quality and performance. All work performed shall be in accordance with the industrial and commercial codes/standards. The capabilities required for this acquisition will be of the following general project categories: (1) Construction, repair and alteration of various facilities, (2) Minor construction and real property maintenance, remodel, and repair to include but not limited to the following: Foundation and Site Work, Concrete Construction, Masonry Construction, Metals, Carpentry, Thermal/Moisture Protection, Earthwork, Curtain walls, doors, windows, glass, Finished Materials, Fencing Communications, Elevators/Conveying Systems, Mechanical/ Electrical, Demolition and Removal, Roads/ Paving, and Painting. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the work. This is a Design-Build, Multiple Award Task Order Contract (MATOC). It is anticipated the resultant contract will be a five-year ordering period with no option periods. This will be a 100% HUBZone Set Aside procurement where the Government will award up to five (5) contracts reserved for HUBZone small business concerns. The NAICS code 236220 will be used for this solicitation with a small business size of $45.0 million. This procurement will be solicited in accordance with FAR Part 15 Contracting by Negotiation. 63rd RD Region 3 Design-Build MATOC IDIQ: Max Value is no more than $15,000,000. WORK SHALL BE COMPLETED BY 04/14/2030. Anticipated award by 04/15/2025. Do not contact the Contract Specialist for requests to change the set aside or to state your interest. Parties interested in the solicitation, associated documents, and solicitation amendments can add themselves to the Interested Vendors List; contractors will not be directly notified of postings of any related documents. | 63RD Region 3 MATOC, 5 Years | Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS | 236220 - Commercial and Institutional Building Construction | W911SA | KO DIRECTORATE OF CONTRACTIN BLDG 1108 SOUTH R STREET FORT MCCOY WI 54656-5142 FORT MCCOY WI 54656-5142 USA |
Link | FA441725R0013 | Presolicitation | 2025/03/18 14:00 -05:00 | 2025/03/03 | Total Small Business Set-Aside | Makail Betsill | The synopsis prepared is for the acquisition of construction services at Hulrburt Field, Florida. This acquisition will result in a single award, firm fixed price contract, to a 100% small business. The acquisition objective is to convert an existing work shop in Building 90033 to a Sensitive Compartmented Information Facility (SCIF). Work shall include HVAC, fire suppression, power distribution, lighting configurations and communications. A new Intrusion Detection System (IDS) and an Access Control System (ACS) are required for the newly constructed SCIF. The contractor shall furnish all labor, materials, tools, supervision, and other items necessary to perform work under the contract specifications. A statement of work shall be provided with request for proposal. The North American Industry Classification System (NAICS) code for this project is 236220 with a size standard of $45,000,000.00. This contract will be awarded in accordance with FAR Part 15, Contracting by Negotiation. Additionally, FAR Part 19, Small Business Programs will be utilized. All responsible small business sources may submit a proposal. The government reserves the right to award a contract to other than the lowest proposed price. The estimated magnitude for the project is between $1,000,000.00 and $5,000,000.00. Bid bonds will be required with the proposal. Payment and performance bonds will be required within ten (10) days of contract award. The work is required in support of the 1st Special Operations Civil Engineering Squadron. The issuance date of the solicitation is projected to be on/around 01 April 2025. Prospective Contractors must be registered in the System for Award Management (SAM) database prior to award of the contract. Offerors further advised that failure to register in the SAM Database at the proposal deadline will render your firm ineligible for award. Recommendation is to register in SAM immediately to be eligible for award in a timely manner. The Contractors Responsibility Determination to be made requires all prospective contractors to have a current NIST SP 800-171 Assessment in the Procurement Integrated Enterprise Environment (PIEE). A contractor search in the Supplier Performance Risk System (SPRS) will be made to verify each contractors assessment has been completed and the security requirements are either fully compliant or identifies a work plan to implement the remaining security requirements. Offerors who do not have a current NIST SP 800-171 Assessment (i.e., not older than 3 years old) in SPRS at the proposal deadline will render your firm ineligible for award. This request for proposal will be available via https://sam.gov. For information on how to register your company, to view or receive updates and notifications to the request for proposals, reference the About Contract Opportunities link on the SAM.gov website homepage. No paper copies of the request for proposal will be furnished and electronic submission of proposals are anticipated for the requirement. | Alter Controlled Space, Building 90033 | Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS | 236220 - Commercial and Institutional Building Construction | FA4417 | Hurlburt Field FL |
Link | W9128F25R0011 | Solicitation | 2025/02/25 14:00 -06:00 | 2025/01/03 | N/A | Scott Dwyer | This project will provide five (5) new pre-engineered metal Environmental Protection Shelters (EPS), approximately 20,000 SF each. EPSâs are sized to fit the B-2A âSpiritâ aircraft with space to perform general aircraft maintenance. The project also includes associated airfield and ground support equipment (GSE) paving. Supporting facilities include two maintenance kiosks, approximately 160 SF each, providing electrical and communication infrastructure to the EPSâs. This project will include a space or spaces constructed to AFI 16-1404 requirements. | B-21 60 Row Environmental Protection Shelters - North | Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES | 236220 - Commercial and Institutional Building Construction | W9128F | KO CONTRACTING OFFICE 1616 CAPITOL AVENUE OMAHA NE 68102-4901 OMAHA NE 68102-4901 USA |
Link | W9128F25R0005 | Solicitation | 2025/02/18 14:00 -06:00 | 2024/12/30 | N/A | Gloria Garside | This project is a design-bid-build (DBB) construction project that will provide four (4) new pre-engineered metal Environmental Protection Shelters (EPS), approximately 20,000 SF each. EPSâs are sized to fit the B-2A âSpiritâ aircraft with space to perform general aircraft maintenance. The project also includes associated airfield and ground support equipment (GSE) paving. Supporting facilities include two (2) maintenance kiosks, approximately 160 SF each, providing electrical and communication infrastructure to the EPSâs. Additional site features include blast deflectors, PL-3 boundary fencing and lighting, and an entry control point (ECP). This project will include a space or spaces constructed to AFI 16-1404 requirements.Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. Each facility must be compatible with applicable DoD, Air Force, aircraft, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria.Special construction and functional requirements: The project will be constructed on / near the existing Alert Apron at EAFB. As such, the project will be constructed adjacent to â and may be required to integrate with active airfield operations. It will also be constructed adjacent to other active B-21 facility construction sites. Demolition of existing facilities, utilities, and infrastructure â to include hazardous materials contaminated apron and soils may be required. New airfield apron will be designed in compliance with UFC 3-260-02 and will be constructed in compliance with UFGS 32 13 14.13. | B-21 East Alert Apron | Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES | 236220 - Commercial and Institutional Building Construction | W9128F | KO CONTRACTING OFFICE 1616 CAPITOL AVENUE OMAHA NE 68102-4901 OMAHA NE 68102-4901 USA |
Link | W9126G24R0001 | Solicitation | 2025/02/28 14:30 -06:00 | 2025/01/15 | Total Small Business Set-Aside | Bijay Gurung | Construct a new Logistics and Readiness Fuels Flight administrative and laboratory facility for the 7th Logistics and Readiness Squadron at Dyess Air Force Base consisting of administrative space, command space, laboratory space, physical control capability and proximity to the refueler truck yard. Construction includes a single-story facility with reinforced concrete drilled pier foundation, load bearing masonry walls, prefinished metal wall panels, standing seam metal roof on light gauge steel framing and interior finishes. The facility also includes laboratory fixtures including grounding rails, sinks, cabinetry, water filtration, vented enclosure, dedicated heating and air conditioning, drainage, base wide fuel system control interface, electrical, secure communications, a backup generator per Air Force Instruction 32-1062, mass notification system, fire suppression and alarm system. Supporting facilities include all utilities, detention pond for storm drainage, site improvements, pavements, communications infrastructure, special foundation due to local expansive soil, site demolition and other supporting work necessary to make a complete and usable facility. Storm drainage includes an area for temporary water retention. The existing fuels administration laboratory facility, B4111, will be demolished by a separate project in the following fiscal year. This project will comply with Unified Facility Criteria 4-010-06, Cybersecurity of Facility-Related Control Systems. Facilities will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. This project will comply with Department of Defense antiterrorism/ force protection requirements per Unified Facilities Criteria 4-010-01. | B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD | Y1GZ - CONSTRUCTION OF OTHER WAREHOUSE BUILDINGS | 236220 - Commercial and Institutional Building Construction | W9126G | KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300 FORT WORTH TX 76102-6124 FORT WORTH TX 76102-6124 USA |
Link | N6945025R0031 | Combined Synopsis/Solicitation | 2025/03/12 04:00 -06:00 | 2025/02/06 | 8(a) Set-Aside | Kyle Rogers | The Government intends to award a contract resulting from this solicitation to the 8(a) contractor who is deemed responsive, responsible, and offers the lowest price to the Government. Price will be the only factor considered. This is a new requirement comprised of design and construction services to complete the following: The Contractor shall provide all supervision, transportation, labor, materials, equipment and incidental work necessary to replace cast iron roof drains located in Defense Logistics Agency Building 1846. Work includes replacing approximately 800 linear feet of cast iron drainage pipe with Schedule 40 PVC bell end piping line of the same size as the existing line to include all joints and fittings. Replace required roof drains with new 868 series PVC roof drains. All pipe hangars shall be re-used for the installation of the new drain line. Contractor shall install new pipe hangars as required to ensure piping stays level to remove stormwater as designed. The period of performance for all requirements is 150 calendar days. This period of performance is negotiable depending on long lead items. | B1846 Drain Lines Replacement | Z2QA - REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) | 236220 - Commercial and Institutional Building Construction | N69450 | NAS JACKSONVILLE BALLARD AND YORKTOWN AVE BLDG 903 JACKSONVILLE FL 32212 JACKSONVILLE FL 32212 USA |
Link | N6945024R0057 | Solicitation | 2024/06/07 03:00 -05:00 | 2024/05/07 | N/A | Deborah Torrence | Design-Build (BD), Firm-Fixed-Price (FFP), Construction Contract for B2080 Renovation of Galley, Emergency Department and Pharmacy at Naval Air Station Jacksonville, Florida. | B2080 Renovation of Galley, Emergency Department and Pharmacy at Naval Air Station Jacksonville, Florida. | Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES | 236220 - Commercial and Institutional Building Construction | N69450 | NAS JACKSONVILLE BALLARD AND YORKTOWN AVE BLDG 903 JACKSONVILLE FL 32212 JACKSONVILLE FL 32212 USA |
Link | W9127824R0052 | Solicitation | 2025/03/20 14:00 -06:00 | 2025/02/03 | Total Small Business Set-Aside | Eric Hurtado | The B9101 GPO Renovation and NASA Roof Replacement is a design bid build construction project located at Stennis Space Center, MS. The project involves the expansion of printing operations, Roof Replacement, and renovation of Administration Offices for the GPO. Work includes all structural, electrical, mechanical, plumbing and HVAC connections to accommodate equipment being installed by GPO. Replacement of approximately 300,000 s.f. of roof shall be done IAW the plans and specs. The Administration Offices renovations will include architectural, electrical, mechanical, plumbing and HVAC in order to meet GPO and NASA needs. | B9101 GPO RENOVATION AND NASA ROOF REPLACEMENT STENNIS SPACE CENTER, MS | Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS | 236220 - Commercial and Institutional Building Construction | W91278 | KO CONTRACTING DIVISION 109 ST JOSEPH ST MOBILE AL 36628-0001 MOBILE AL 36628-0001 USA |
Link | N3319125RF004 | Solicitation | 2025/04/03 12:00 +01:00 | 2025/03/06 | N/A | Sunshine Hernandez | The Naval Facilities Engineering Systems Command (NAVFAC) Europe Africa Central (EURAFCENT) has the need for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) to execute sustainment, restoration, and modernization (SRM) projects, alteration, demolition, repair, special projects, energy projects and new construction or expansion of any type of facilities or real property assets, including waterfront or airfield facilities for Department of Defense activities located at Kingdom of Bahrain and United Arab Emirates. | Bahrain MACC | Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS | 236220 - Commercial and Institutional Building Construction | N33191 | NAVAL SUPPORT ACTIVITY NAPLES IT NAPLES NAPLES ITA |
Link | W911SA25RA010 | Solicitation | 2025/04/03 10:00 -05:00 | 2025/03/04 | Historically Underutilized Business (HUBZone) Set-Aside | William Parsons | The Mission and Installation Contracting Command (MICC), Fort McCoy, Wisconsin has a requirement for FY 25-FY 30, Five Year Multiple-Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract FY25 - FY30. For the 63rd Readiness Division, Region 4 which encompasses the state of California. Work to be performed will be within the North American Industry Classification System (NAICS) Code 236220 with a small business size standard of $45 Million. Solicitation W911SA25RA010 will be issued as a Request for Proposal (RFP) using the procedures outlined in Federal Acquisition Regulation (FAR) Part 15 as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). It is anticipated that this requirement will be awarded as a multiple (5) award, firm fixed-price contract. This solicitation will be 100% HUBZone Set-Aside Project magnitude: Max Value is $15 million. Period of Performance: 5-Year Ordering Period MICC Fort McCoy intends to issue the solicitation within 30 days of this presolicitation notice. The site visit date and time will be provided in the solicitation, once it is posted. Do not contact the Contract Specialist for requests to change the set aside or to state your interest. Parties interested in the solicitation, associated documents, and solicitation amendments can add themselves to the Interested Vendors List; contractors will not be directly notified of postings of any related documents. | CALIFORNIA REGION 4 MATOC | Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS | 236220 - Commercial and Institutional Building Construction | W911SA | KO DIRECTORATE OF CONTRACTIN BLDG 1108 SOUTH R STREET FORT MCCOY WI 54656-5142 FORT MCCOY WI 54656-5142 USA |
Link | W9126G24R0126 | Solicitation | 2024/05/16 14:00 -05:00 | 2024/04/16 | N/A | Linda Eadie | Design-Build Vertical Construction of the Child Development Center (CDC) on Randolph Air Force Base (AFB), Joint Base San Antonio (JBSA), Texas. Method of Acquisition: Two-Phase Design-Build Selection Procedures, Full and Open Competition. NAICS Code: 236220, FSC: Y1CA Size, Standard: $45 Million. Magnitude of Constructions: Between $25,000,000 and $100,000,000. Attached is Phase 1 of a Two Phase Design Build RFP | Child Development Center (CDC) on Randolph AFB, JBSA, Texas | Y1CA - CONSTRUCTION OF SCHOOLS | 236220 - Commercial and Institutional Building Construction | W9126G | KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300 FORT WORTH TX 76102-6124 FORT WORTH TX 76102-6124 USA |
Link | W9126G24R0125 | Solicitation | 2024/05/06 14:00 -05:00 | 2024/04/05 | N/A | Linda Eadie | Design Build Vertical Construction of the Child Development Center on Lackland Air Force Base, JBSA, Texas. Method of Acquisition: Full and Open Competion using FAR 15.101-1 Tradeoff process Source Selection Process Procedures.This is a Two-Phase Design Build Magnitude of Construction is Between $25,000,000 and $100,000,000. Attached is Phase 1 of a Two Phase Design Build RFP | Child Development Center on Lackland Air Force Base, JBSA, Texas | Y1CZ - CONSTRUCTION OF OTHER EDUCATIONAL BUILDINGS | 236220 - Commercial and Institutional Building Construction | W9126G | KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300 FORT WORTH TX 76102-6124 FORT WORTH TX 76102-6124 USA |
Link | W9127823R0115 | Solicitation | 2024/07/18 14:00 -06:00 | 2024/05/31 | N/A | Rocky Harkless | CONSOLIDATED COMMUNICATIONS FACILITY PATRICK SPACE FORCE BASE, FLORIDA. Construction of a 95,000 SF, three story Space communications facility. The proposed facility is the main communications hub at Patrick Space Force Base and critical to space launch mission. The facility supports Air Force Technical Applications Center mission and connections to world-wide sites, 920th Rescue Wing mission of combat search and rescue, as well as Department of State, Defense Information Systems Agency, Space and Missile Center. See attached Solicitation Documentation for additional information pertaining to this Solicitation. | CONSOLIDATED COMMUNICATIONS FACILITY PATRICK SPACE FORCE BASE, FLORIDA | Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS | 236220 - Commercial and Institutional Building Construction | W91278 | KO CONTRACTING DIVISION 109 ST JOSEPH ST MOBILE AL 36628-0001 MOBILE AL 36628-0001 USA |
Link | W912HN25B3003 | Presolicitation | 2025/03/17 17:00 -06:00 | 2025/02/28 | N/A | Tatjana Fisher | The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue an Invitation for Bid (IFB) W912HN25B3003 for Project Number: 99836, Construct Automated Record Fire (ARF+) Range in Fort Bragg (formerly known as Fort Liberty), NC.Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no bids are being accepted. The subsequent solicitation will result in a C-Type Stand-alone contract.Construct a standard design Automated Record Fire Plus (ARF+) Range. Primary facilities include a 16-lane ARF+, small arms range operations control area (ROCA), control tower, range classroom building, operations/storage building, covered bleacher, latrine pads, covered mess, ammunition breakdown building, and building information systems. Supporting facilities include electric service, site improvements, and information systems. The ARF+ is required for training and day/night qualification requirements with rifles and carbines, and specifically the Next Generation Squad Weapon (NGSW) which has a much greater range and lethality. This range is used to train and test Soldiers on the skills necessary to identify, engage, and hit infantry targets. All targets are fully automated, and the event specific scenario is computer driven and scored from the range control tower.PLEASE SEE ATTACHED Pre-Solicitation Notice | Construct Automated Record Fire (ARF+) Range | Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS | 236220 - Commercial and Institutional Building Construction | W912HN | 100 W OGLETHORPE AVE REC DOCK SAVANNAH SAVANNAH GA 31401-3604 SAVANNAH GA 31401-3604 USA |
Link | W912HN25BA001 | Presolicitation | 2025/03/17 17:00 -06:00 | 2025/02/28 | N/A | Tatjana Fisher | The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue an Invitation for Bid (IFB) W912HN25BA001 for Project Number: 99836, Construct Automated Record Fire (ARF+) Range in Fort Bragg (formerly known as Fort Liberty), NC.Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no bids are being accepted. The subsequent solicitation will result in a C-Type Stand-alone contract. Description of Work: Construct a standard design Automated Record Fire Plus (ARF+) Range. Primary facilities include a 16-lane ARF+, small arms range operations control area (ROCA), control tower, range classroom building, operations/storage building, covered bleacher, latrine pads, covered mess, ammunition breakdown building, and building information systems. Supporting facilities include electric service, site improvements, and information systems. The ARF+ is required for training and day/night qualification requirements with rifles and carbines, and specifically the Next Generation Squad Weapon (NGSW) which has a much greater range and lethality. This range is used to train and test Soldiers on the skills necessary to identify, engage, and hit infantry targets. All targets are fully automated, and the event specific scenario is computer driven and scored from the range control tower.This project is fully designed, and all technical specifications and drawings will be provided at the issuance of the Solicitation.See Attached Pre-Solicitation Notice | Construct Automated Record Fire (ARF+) Range | Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS | 236220 - Commercial and Institutional Building Construction | W912HN | 100 W OGLETHORPE AVE REC DOCK SAVANNAH SAVANNAH GA 31401-3604 SAVANNAH GA 31401-3604 USA |
Link | W912QR24R0034 | Solicitation | 2024/10/17 16:00 -05:00 | 2024/08/30 | N/A | Lindsay Lawrence | Construction of a KC-46 Tw o-Bay Maintenance/Fuel Cell Hangar at March ARB, CA.Estimated Construction Cost is betw een $100,000,000 and $250,000,000 per DFARS 236.204.NAICS Code is 236220. Size Standard is $45,000,000. Please note that business size in the System for Aw ard Management (SAM) isdetermined by the NAICS code. If the vendor size is not listed correctly for a particular NAICS code in SAM, the business w ill be consideredother than a small business.This is a Full and Open procurement. In accordance w ith Federal Acquisition Regulation 19.1307, this project requires the HUBZone 10% priceevaluation.This is a Best Value/Tradeoff Acquisition. Procedures f or submittal of offers and proposal evaluation criteria are located in section 00 22 00.Technical inquiries and questions relating to the proposal procedures or bonds are to be submitted via Bidder Inquiryin PROJNET at http://projnet.org/projnet. Please see Section 00 21 00, PROJNET for further instructions.Please see FAR 52.236-27 ALT I for site visit information.The term bid and proposal are used interchangeably in industry and may be used interchangeably throughout thissolicitation.Listing of associated technical plans and specifications referenced throughout and applicable to this solicitationand/or resultant contract award:¿ KC46_HGR_CF_Specs Vol I (APR 24)¿ KC46_HGR_CF_Specs Vol II (APR 24)¿ KC46_HGR_CF_Specs Vol III (APR 24)¿ KC46_HGR_CF_Specs Vol IV (APR 24)¿ MARB B1244 FUT CERTIFIED FINAL SPECS Vol I (APR 24)¿ MARB B1244 FUT CERTIFIED FINAL SPECS Vol II (APR 24)¿ MARB B1244 FUT CERTIFIED FINAL SPECS Vol III (APR 24)¿ March ARB_KC46 2Bay HGR_FFE_Certified Final (APR 24)¿ March ARB_KC46 2Bay HGR_SID_Certified Final (APR 24)¿ March ARB_KC46 FuT_FFE_Certified Final (APR 24)¿ March ARB_KC46 FuT_SID_Certified Final (APR 24)¿ PDPG221012_HGR_VOLUME 1_CF (MAY 24)¿ PDPG221012_HGR_VOLUME 2_CF (MAY 24)¿ PDPG221014_B1244FUT_CF (MAY 24) | Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA | Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES | 236220 - Commercial and Institutional Building Construction | W912QR | KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL LOUISVILLE KY 40202-2230 LOUISVILLE KY 40202-2230 USA |
Link | W90VN725RA022 | Combined Synopsis/Solicitation | 2025/03/25 13:00 +09:00 | 2025/03/04 | N/A | Kihyun Kang | CY25 LCS MATOC Work Plan, MLWR25-2012 Repair Runway Pavement Markings in Kunsan AB. The Contractor shall provide all supervision, labor, tools, parts, materials, and transportation necessary to provide service as stated in the Statement of Work and Drawings herein. | CY25 LCS, MATOC WP_Repair Runway Pavement Markings, Kunsan AB. | Z2BD - REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS | 236220 - Commercial and Institutional Building Construction | W90VN7 | 348TH QM CO SRA BLDG 1603 CAMP HUMPHREYS PYEONGTAEK PYEONGTAEK KOR |
Link | N4008525R2500 | Solicitation | 2025/04/14 14:00 -04:00 | 2025/02/25 | N/A | Andy Bui | The general intent of this solicitation is to award a Fixed Price Construction Contract for Design-Bid-Build (DBB), P7889 Dental Clinic Replacement, located at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina. The project is to provide the construction of a replacement Dental Clinic with backup power to support the Recruits and Active-Duty members at the MCRD in Parris Island. Supporting facilities include utilities, connection to district steam system, special foundation, site improvements, parking, signage, antiterrorism/force protection measures, and environmental protection measures. The facility will be elevated on select fill to protect the facility from flooding. The existing Dental Clinic building 674 and Pass and Identification building 602 will be demolished | DBB P7889 Dental Clinic Replacement | Y1DB - CONSTRUCTION OF LABORATORIES AND CLINICS | 236220 - Commercial and Institutional Building Construction | N40085 | 9742 MARYLAND AVENUE BLDG X275 NORFOLK VA 23511 NORFOLK VA 23511 USA |
Link | W912WJ25RA001 | Solicitation | 2025/04/07 01:00 -04:00 | 2025/03/07 | N/A | ANN ADLEY | DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT | DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT | Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) | 236220 - Commercial and Institutional Building Construction | W912WJ | KO CONTRACTING DIVISION 696 VIRGINIA ROAD CONCORD MA 01742-2751 CONCORD MA 01742-2751 USA |