Bldg 65 - Renovation of Telephone Office Area, FE Warren AFB, WY AMENDMENT 03

SOL #: FA461326R0003Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4613 90 CONS PK
FE WARREN AFB, WY, 82005-2860, United States

Place of Performance

FE Warren AFB, WY

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Apr 28, 2026
3
Submission Deadline
May 5, 2026, 5:00 PM

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, 90th Contracting Squadron, is soliciting proposals for the renovation of the Telephone Office Area in Building 65 at FE Warren Air Force Base, Wyoming. This is a Combined Synopsis/Solicitation for a Firm Fixed-Price construction requirement. The opportunity is a Total Small Business Set-Aside. Proposals are due by 11:00 AM MT on Tuesday, May 5, 2026.

Scope of Work

The project involves providing all labor, materials, equipment, transportation, and supervision for the renovation. Key tasks include:

  • Selective demolition.
  • Replacement of carpeting, resilient flooring, wood doors & frames, hollow metal doors & frames, door hardware.
  • Painting, acoustic ceiling system installation, ceiling lighting, and minor electrical work.
  • Lead remediation on the stairway, as lead was found.
  • Compliance with FE Warren AFB Installation Facilities Standards (IFS) and Contract Drawing sheet AX1.
  • Provision of a temporary 6' high chain link fence around the work area.

Contract Details

  • Contract Type: Firm Fixed-Price
  • Period of Performance (PoP): 200 calendar days from Notice to Proceed.
  • Estimated Magnitude: $100,000 to $250,000.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 236220 (Repair Or Alteration Of Miscellaneous Buildings), with a size standard of $45,000,000.00 Annual receipts.
  • Applicable Regulations: FAR Part 13 (Simplified Acquisition Procedures), FAC 2026-01, DFARS, DAFFARS.

Submission & Evaluation

  • Proposal Due Date: 11:00 AM MT on Tuesday, May 5, 2026.
  • Submission Method: Electronic only, via email to michelle.crenshaw@us.af.mil and liezel.mcintyre@us.af.mil.
  • Offer Validity: 60 calendar days from proposal receipt.
  • Evaluation Method: Lowest Price Technically Acceptable (LPTA).
    • Factor 1 (Technical Acceptability): Examination of the lowest three total evaluated price offerors for completion of Attachment 8 (Cost Estimate Breakdown with labor/materials breakout) and Attachment 9 (SF24 Bid Bond Form).
    • Factor 2 (Technical Evaluation): For the lowest three offerors, evaluation of a Work Plan demonstrating ability to complete the project within the SOW and PoP, and a Progress Schedule showing milestones.
  • Eligibility: Must be registered in SAM.gov, meet the small business size standard, have no active exclusions, and an acceptable supplier risk profile in SPRS.

Key Requirements & Notes

  • Amendments: This solicitation incorporates Amendment 03, which revised the SOW to include lead remediation, added Attachments 11 (Post Site Visit Q&A) and 12 (Installation Facility Standards), added clause 52.222-90 (DEI Discrimination), and extended the proposal due date.
  • Site Visit: A site visit was conducted on April 23, 2026. Refer to Attachment 11 for Post Site Visit Questions and Answers.
  • Environmental: Government is responsible for asbestos and lead testing; contractor is responsible for abatement. Hazardous material use requires Contracting Officer approval.
  • Safety & Security: Adherence to 90 MW Safety Contractor Guide, Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), Air Force OPSEC program, and REAL ID requirements for base access. A full-time government escort is required for the contractor workforce.
  • Wage Determination: The Davis Bacon Act Wage Determination (Attachment 7) applies.
  • Attachments: Key attachments include the revised SOW (28 Apr 2026), Drawings, Environmental and Building Specs, AF Form 66, HazMat Authorization Request, Safety Contractor Guide, Wage Determination, Cost Estimate Breakdown, Bid Bond Form, Lead and Asbestos Test Results, Post Site Visit Q&A, and Installation Facility Standards.

People

Points of Contact

Michelle CrenshawPRIMARY
Liezel McIntyreSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Combined Synopsis/Solicitation
Posted: Apr 28, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Apr 23, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Apr 9, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View
Bldg 65 - Renovation of Telephone Office Area, FE Warren AFB, WY AMENDMENT 03 | GovScope