Search Contract Opportunities

Repair Interior Renovation Bldg 90131   2

ID: FA441725R0004 • Type: Solicitation

Description

Posted: April 21, 2025, 3:10 p.m. EDT

18 Apr 2025 Amendment 0004 - Incorporate Addendum 001 which includes amended Drawings, amended Specifications, Site Visit Questions (RFIs) and Government Responses. Amendment 0004 also extends the Proposal Due date from 24 Apr 2025 to 2 May 2025 @ 1200 hrs CST. 24 Mar 2025 Amendment 0003 - Update Wage Determination 20250217 dated 14 Mar 2025 and Extend proposal due date to 24 Apr 2025. - 17 Mar 2025 Amendment 0002 - Add/Delete Deviation Clauses and Extend proposal due date. - 14 Feb 2025 - Amendment 0001 - Site Visit location update - Meet at Bldg 90131.UPDATE to Draft Solicitation, Drawings and Specifications for project Repair Interior Renovation of Bldg 90131 (Attached). The renovated space is to provide office and workspace for the 2nd Special Operations Facility. Work includes: Sitework: Provide new concrete sidewalk on south side of building, and bollards at the exterior stairs. Structural: New second-floor mezzanine and stairs at the western half of Bldg 90131 in accordance with project CP 1032233. Posted for early read-ahead for potential offerors to develop Requests for Information prior to established timelines identified in the final solicitation. Project Description: Repair - Interior Renovation Bldg 90131. Project CP1032233. The renovated space is to provide office and workspace for the 2nd Special Operations Facility. Work includes: Sitework: Provide new concrete sidewalk on south side of building, and bollards at the exterior stairs. Structural: New second-floor mezzanine and stairs at the western half of Bldg 90131. Constructed of structural steel beams/purlins, structural steel columns, and a composite floor system consisting of normal weight concrete on metal deck. The steel columns will require new shallow foundations. Replacement of the slab-on-grade at the foundations will consist of 5-inch-thick minimum reinforced concrete. Architectural: Demolition includes complete demolition of existing toilet rooms, central 2-story office pylon, trolley hoist system including beams and columns and some slab demolition. New work includes work on the first-floor additional restrooms, briefing room, break room, open office area, private offices, fitness room, personnel lockers, and 2 resting/bunk rooms. Interior finish systems include suspended acoustical tile ceilings, painted gypsum board on metal studs, new break room casework, and new toilet rooms with showers. Interior Design: Include interior finishes consist of no-wax, luxury vinyl tile flooring; modular carpet tile in the Open Office, Admin and Rest areas; thermoset rubber wall base; porcelain tile floors and walls in the Locker and Restrooms; Ceilings are open to structure or suspended acoustical tiles; Signage shall be modular, acrylic with printed paper inserts.

Posted: April 21, 2025, 10:49 a.m. EDT
Posted: April 18, 2025, 12:19 p.m. EDT
Posted: March 24, 2025, 3:55 p.m. EDT
Posted: March 17, 2025, 2:49 p.m. EDT
Posted: Feb. 20, 2025, 1:58 p.m. EST
Posted: Feb. 20, 2025, 1:41 p.m. EST
Posted: Feb. 14, 2025, 9:42 a.m. EST
Posted: Feb. 6, 2025, 11:27 a.m. EST
Background
The contract is issued by the U.S. Air Force for the Repair Interior Renovation of Building 90131 at Hurlburt Field, FL. The goal of this project is to renovate the space to provide office and workspace for the 2nd Special Operations Facility. This acquisition is a 100% Small Business Set-Aside, and it is contingent upon the availability of appropriated funds.

Work Details
The work includes several construction tasks:

- Sitework involves providing a new concrete sidewalk on the south side of the building and installing bollards at the exterior stairs.

- Structural work includes constructing a new second-floor mezzanine and stairs at the western half of Building 90131 using structural steel beams/purlins, structural steel columns, and a composite floor system with normal weight concrete on a metal deck. The steel columns will require new shallow foundations, and the slab-on-grade will consist of a minimum 5-inch-thick reinforced concrete.

- Architectural tasks involve complete demolition of existing toilet rooms, central 2-story office pylon, trolley hoist system including beams and columns, and some slab demolition. New work includes additional restrooms on the first floor, a briefing room, break room, open office area, private offices, fitness room, personnel lockers, and two resting/bunk rooms.

- Interior finishes will include suspended acoustical tile ceilings, painted gypsum board on metal studs, new break room casework, and new toilet rooms with showers. Flooring will consist of no-wax luxury vinyl tile; modular carpet tile in open office areas; thermoset rubber wall base; porcelain tile floors and walls in locker rooms and restrooms; ceilings may be open to structure or feature suspended acoustical tiles; signage will be modular acrylic with printed paper inserts.

Period of Performance
The period of performance for this contract has not been explicitly stated but is expected to align with typical construction timelines following award.

Place of Performance
Hurlburt Field, Florida

Overview

Response Deadline
May 2, 2025, 1:00 p.m. EDT (original: March 24, 2025, 4:00 p.m. EDT) Due in 6 Days
Posted
Feb. 6, 2025, 11:27 a.m. EST (updated: April 21, 2025, 3:10 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Hurlburt Field, FL 32544
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
On 2/6/25 Air Force Special Operations Command issued Solicitation FA441725R0004 for Repair Interior Renovation Bldg 90131 due 5/2/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2BZ.
Primary Contact
Name
Richard Beaty   Profile
Phone
(850) 884-2036

Additional Contacts in Documents

Title Name Email Phone
Contracting Office Miranda Wiygul Profile miranda.wiygul.1@us.af.mil (850) 884-3261

Documents

Posted documents for Solicitation FA441725R0004

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation FA441725R0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA441725R0004

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA441725R0004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFSOC > FA4417 1 SOCONS LGC
FPDS Organization Code
5700-FA4417
Source Organization Code
100223274
Last Updated
April 21, 2025
Last Updated By
richard.beaty.3@us.af.mil
Archive Date
Sept. 30, 2025