PKAB Bldg 65 - Renovation of Telephone Office Area, FE Warren AFB, WY
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, specifically the 90th Contracting Squadron, is soliciting proposals for the renovation of the Telephone Office Area in Building 65 at F.E. Warren Air Force Base, Wyoming. This is a Combined Synopsis/Solicitation for a simplified acquisition of a construction requirement, structured as a Firm Fixed-Price contract. The opportunity is a 100% Small Business Set-Aside. Proposals are due by 11:00 AM MT on Monday, April 20, 2026.
Scope of Work
The project involves providing all labor, materials, equipment, transportation, and supervision for the renovation. Key tasks include:
- Selective demolition within the Telephone Office Area.
- Replacement of interior finishes, including carpeting, resilient flooring, wood doors and frames, door hardware, hollow metal doors and frames, painting, acoustic ceiling systems, and ceiling lighting.
- Minor electrical work as detailed in Contract Drawing sheet AX1. All work must adhere to the Statement of Work (SOW), Contract Drawings, Specifications, applicable codes (including the latest International Building Code), manufacturer's recommendations, and FE Warren AFB Installation Facilities Standards.
Contract & Timeline
- Contract Type: Firm Fixed-Price.
- Period of Performance (PoP): 90 calendar days from the Notice to Proceed.
- Estimated Magnitude: Between $100,000 and $250,000.
- Set-Aside: 100% Small Business Set-Aside (NAICS Code: 236220, Small Business Size Standard: $45,000,000 annual receipts).
- Site Visit Request Deadline: NLT 3:00 PM MT, April 7, 2026, via email to Michelle Crenshaw and Liezel McIntyre.
- Questions Due: 11:00 AM MT, Tuesday, April 14, 2026, via email to Michelle Crenshaw and Liezel McIntyre.
- Proposal Submission Deadline: 11:00 AM MT, Monday, April 20, 2026, via email only.
- Offer Validity: 60 calendar days from proposal receipt.
Evaluation Factors
Award will be made using the Lowest Price Technically Acceptable (LPTA) method, considering:
- Factor 1: Technical Acceptability (evaluated for the lowest three prices):
- Completion of Attachment 8 (Cost Estimate Breakdown) with labor and materials breakout.
- Completion of Attachment 9 (SF24 Bid Bond Form).
- Factor 2: Technical Evaluation (for the lowest three offerors):
- Work Plan demonstrating ability to complete the project within the SOW and 90-day PoP.
- Progress Schedule showing milestones.
Key Requirements & Notes
- Registration: Offerors must be registered in SAM.gov, meet the small business size standard, have no active exclusions, and an acceptable supplier risk profile in SPRS.
- Wage Determination: The Davis Bacon Act Wage Determination (Attachment 7) applies.
- Submittals: Required submittals include an acknowledged page 1 of the solicitation, all amendments, Attachment 8 (Cost Estimate Breakdown), and Attachment 9 (Bid Bond Form). AF Form 66 (Attachment 4) outlines material submittal requirements.
- Environmental & Safety: Compliance with Attachment 3 (Environmental and Building Specs) and Attachment 6 (90 MW Safety Contractor Guide) is mandatory, including HAZMAT authorization (Attachment 5) and adherence to base access and security protocols.
- Contacts: Primary points of contact are Michelle Crenshaw (michelle.crenshaw@us.af.mil) and Liezel McIntyre (liezel.mcintyre@us.af.mil).