Bldg 318 & 1250 Gutter, Drain, and Basin Repair, Removal, and Install
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (FA4460 19 CONS PKA) is soliciting proposals for gutter, drain, and basin repair, removal, and installation at Buildings 318 and 1250, Little Rock Air Force Base, Arkansas. This is a Total Small Business Set-Aside opportunity. Offers are due April 9, 2026, at 12:00 PM CST.
Scope of Work
The contractor shall provide all qualified personnel, transportation, tools, equipment, materials, and services to repair roof gutters, drains, and concrete basins, ensuring proper water drainage away from Buildings 1250 and 318 without damaging plants or causing erosion. Specific tasks include removing and installing drains, basins, and diverters; capping and plugging existing drain hoses; extending concrete basins and drain lines; installing new concrete pavers and metal skirting; adding matching mulch and dirt to disturbed areas; and cleaning up all excess debris. Work must adhere to all Federal, State, and local regulations, codes, and license requirements.
Key clarifications from Q&A:
- Existing downspouts on the B-1250 canopy are not to be removed; new drain lines will be installed, and original capped.
- Existing splash blocks can be replaced with poured-in-place concrete. Removed splash blocks from B-1250 can be reused at B-318 if undamaged.
- French drains or trenching are NOT to be used for diverting water.
- New gutters for Building 318 will tie into existing roof drains.
- Plants planned for removal do not require replacement.
Contract Details
- Contract Type: Firm Fixed Price (Combined Synopsis/Solicitation)
- Period of Performance: April 15, 2026, to May 14, 2026. Work must be accomplished within 60 days of material arrival.
- Set-Aside: Total Small Business Set-Aside (NAICS Code: 332311, Size Standard: 750 Employees).
- Bonds: Bid, Payment, and Performance Bonds are NOT required.
- Warranty: A 12-month warranty on all material, workmanship, and labor is required.
Submission & Evaluation
- Site Visit: March 31, 2026, at 10:30 AM CST (RSVP required).
- Questions Due: April 2, 2026, at 12:00 PM CST.
- Offers Due: April 9, 2026, at 12:00 PM CST.
- Submission Method: Email to the listed Points of Contact.
- Evaluation: Offers will be ranked by price. A technical evaluation will be conducted on the lowest-priced responsive offers to determine if they are "Acceptable" or "Unacceptable" based on the PWS and specifications. The evaluation will continue until at least three "Acceptable" offerors are identified. Award will be made to the offeror with the best combination of price and technical capability.
- Offer Requirements: Offers must be signed, dated, include the solicitation number, offeror's contact information, a technical description, warranty terms, price breakdown, SAM.gov registration status, CAGE Code, and acknowledgment of amendments. Offers must be held firm for 60 calendar days.
Additional Notes
Vendors must be registered in SAM.gov. Wide Area Workflow (WAWF) is required for payment requests. The Service Contract Act Wage Determination (No. 2015-5117, Rev. 29) applies. Base access requires a REAL ID or acceptable alternative.