Renovation BLDG 90131

The Department of the Air Force, Special Operations Command, 1st Special Operations Wing, 1st Special Operations Mission Support Group, 1st Special Operations Civil Engineer Squadron has a requirement to repair and renovate Bldg 90131.

Solicitation Summary

The Department of the Air Force, Special Operations Command, 1st Special Operations Wing, 1st Special Operations Mission Support Group, 1st Special Operations Civil Engineer Squadron has a requirement to repair and renovate Bldg 90131.

Solicitation in a Nutshell

Item

Details

Agency Department of the Air Force, Special Operations Command, 1st Special Operations Wing, 1st Special Operations Mission Support Group, 1st Special Operations Civil Engineer Squadron
Solicitation Number FA441725R0004
Status Post-RFP
Solicitation Date 02/06/2025
Award Date 05/2025 (Estimate)
Contract Ceiling Value $10,000,000
Competition Type  Small Bus Set-Aside
Type of Award Other
Primary Requirement Architecture Engineering and Construction
Duration 730 day(s) base
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:
  • Hurlburt Field, Florida, United States
Opportunity Website: https://sam.gov/opp/29b4da2b7bef46e8b43968dd81c6582f/view

Background

N/A

Requirements

Repair Interior Renovation of Bldg 90131. The renovated space is to provide office and work space for the 2nd Special Operations Facility. Work includes: Sitework: Provide new concrete sidewalk on south side of building, and bollards at the 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.

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.