Design Build HARB

The Department of the Air Force, Air Force Reserve Command, 10th Air Force, 482nd Fighter Wing, 482nd Mission Support Group, 482nd Civil Engineering Squadron has a requirement to renovate B208, B209 & B42209 to correct facility wear, age, mold, and space related deficiencies.

Solicitation Summary

The Department of the Air Force, Air Force Reserve Command, 10th Air Force, 482nd Fighter Wing, 482nd Mission Support Group, 482nd Civil Engineering Squadron has a requirement to renovate B208, B209 & B42209 to correct facility wear, age, mold, and space related deficiencies.

Solicitation in a Nutshell

Item

Details

Agency Department of the Air Force, Air Force Reserve Command, 10th Air Force, 482nd Fighter Wing, 482nd Mission Support Group, 482nd Civil Engineering Squadron
Solicitation Number KYJM179011
Status Pre-RFP
Solicitation Date 09/2024 (Estimate)
Award Date 12/2024 (Estimate)
Contract Ceiling Value $5,000,000
Competition Type Undetermined
Type of Award Other
Primary Requirement Architecture Engineering and Construction
Duration TBD
Contract Type Firm Fixed Price
No. of Expected Awards N/A
NAICS Code(s):
236220

Commercial and Institutional Building Construction
Size Standard: $45.0 million annual receipts

Place of Performance:
  • Homestead Base, Florida, United States
Opportunity Website: https://sam.gov/opp/614dd2bb1e5947ccb7ccee2aa894d705/view

Background

N/A

Requirements

This design-build contract has two phases, the design phase and the construction phase. The work covered by this contract consists of, but is not limited to, the furnishing of all plant, labor, services, tools, materials, equipment, transportation, supervision and all miscellaneous requirements needed to perform all operations in conjunction with the effort to renovate B208, B209 & B42209 to correct facility wear, age, mold, and space related deficiencies along with all aspects of the completed design under Federal, Department of Defense, HARB, State and applicable local codes. The project will repair and bring up to code the degraded and unsuitable building systems and finishes identified in the 2018 FOCUS report (AMEC Programs, 2019) and Builder Sustainment Management System analysis to ensure the facility remains mission ready and capable. This project will comply with Unified Facilities Codes (UFCs) 1-200-01, 1-200-02, 4-010-01, 3-580, 3-550-01, 3-600-01, and 520-01; Air Force Instructions (AFIs) 32-1062, 32-1063, 32-1065, and other applicable UFCs, installation architectural standards, and local building codes.

Anticipated Construction Phase will include the following activities:

B208:

  • Testing suspected surfaces for hazardous materials before demolition or paint preparation (sanding);
  • Replacing all existing windows and doors, door frames and hardware (all new exterior windows, including storefronts and louvered systems, will meet the Miami-Dade County, high-velocity hurricane zone requirements for hurricane category 5 winds and design loads);
  • Replacing all interior finishes, including floors, walls, and ceiling materials, including suspended acoustic ceiling panels, grid, and/or gypsum board;
  • Remove and replace toilet partitions and accessories in all restrooms;
  • High-pressure washing and painting all exterior facades;
  • Remove existing roof down to roof deck and replace with standing seam metal roof deck that will meet the Miami-Dade County, high-velocity hurricane zone requirements for hurricane category 5 winds and design loads;
  • Repairing and/or upgrading heating, ventilation, and air conditioning (HVAC) systems;
  • Repairing existing floors and refinishing both existing and newly placed floors with epoxy;
  • Remove and replace plumbing fixtures and finishes in the janitors closet;
  • Install large circulating fans (bay);
  • Install plumbed eye wash station;
  • Repair and/or upgrading sanitary waste pipes and fittings;
  • Repairing and/or upgrading communications, security, and telecommunication systems;
  • Repairing and/or upgrading electrical power distribution;
  • Raise the eastern entrance to match the height of the western entrance;
  • Enclosing the Hazardous Storage Area; and
  • Constructing a 1,620 square foot building addition/extension to the existing one-story building on the west side of the facility. Remove existing louver and install a new double door.

B209:

  • Demo superstructure and roof;
  • Install new drains for water removal and oil separation;
  • Construct a new, single bay, open shelter with overhead metal roof deck/cover that will meet the Miami-Dade County, high-velocity hurricane zone requirements for hurricane category 5 winds and design loads);
  • Replace/install new hose bib;
  • Repairing and/or upgrading electrical power distribution.

B42209:

  • Demo and removal of two, existing above ground tanks;
  • Inspection and repair as required of the existing, supporting tank pad and bollards;
  • Install two new double wall tanks on cement pad (1000gal and 3000gal);
  • Grout tank legs or provide Neoprene pad for uniform load distribution on foundations per manufacturer recommendations;
  • Repairing and/or upgrading electrical power distribution;
  • Install dispenser piping;
  • Painting piping and labeling;
  • Install remote fill port with shutoff valve

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.