Bldg 65 - Renovation of Telephone Office Area, FE Warren AFB, WY AMENDMENT 01

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
Apr 29, 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 100% Small Business Set-Aside combined synopsis/solicitation for a construction requirement, with an estimated magnitude of $100,000 to $250,000. The Government intends to award a Firm Fixed-Price contract. Proposals are due by 11:00 AM MT on Wednesday, April 29, 2026.

Scope of Work

The project requires providing all labor, materials, equipment, transportation, and supervision for selective demolition and replacement of various interior elements. This includes carpeting, resilient flooring, wood doors & frames, door hardware, hollow metal doors & frames, painting, acoustic ceiling systems, ceiling lighting, and minor electrical work, as detailed in Contract Drawing sheet AX1. All work must adhere to the revised Statement of Work (SOW Rev1 dated April 8, 2026), contract drawings, specifications, applicable codes, manufacturer's recommendations, and FE Warren AFB Installation Facilities Standards. Special requirements include compliance with environmental specifications, HazMat authorization, and the Davis-Bacon Act wage determination. The performance period is 90 calendar days from the Notice to Proceed.

Contract Details

  • Contract Type: Firm Fixed-Price
  • Estimated Magnitude: $100,000 to $250,000
  • Period of Performance: 90 calendar days from Notice to Proceed
  • Set-Aside: 100% Small Business Set-Aside
  • NAICS Code: 236220 (Small Business Size Standard: $45,000,000.00 Annual receipts)

Key Dates

  • Site Visit Request Deadline: Monday, April 20, 2026, by 2:00 PM MT
  • Questions Due: Thursday, April 23, 2026, by 11:00 AM MT
  • Proposal Submission Deadline: Wednesday, April 29, 2026, by 11:00 AM MT
  • Offers must be valid for 60 calendar days from proposal receipt.

Evaluation Criteria

Award will be based on the Lowest Price Technically Acceptable (LPTA) method. Evaluation factors include:

  • Technical Acceptability: Assessed for the lowest three offerors, focusing on the completion of Attachment 8 (Cost Estimate Breakdown with labor and materials breakout) and Attachment 9 (SF24 Bid Bond Form).
  • Technical Evaluation: For the lowest three offerors, assessing a Work Plan demonstrating the ability to complete the project within the SOW and PoP, and a Progress Schedule showing milestones. Offerors must demonstrate a clear understanding of requirements, ability to acquire materials, and provide the necessary labor skill mix.

Eligibility & Submission

Offerors must be registered in SAM.gov, meet the small business size standard for NAICS 236220, have no active exclusions, and an acceptable supplier risk profile in SPRS. Proposals must be complete, self-sufficient, and respond directly to the solicitation requirements, demonstrating the ability to provide services per the SOW. Submissions are via email only to michelle.crenshaw@us.af.mil and liezel.mcintyre@us.af.mil.

Additional Notes

This amendment (0001) updated the SOW to Rev1, added Attachment 10 (Lead and Asbestos Test Results), and extended all key deadlines. It also included new sections and clauses regarding ombudsman information, Class I Ozone Depleting Substances, contractor access to installations, health and safety, and bid/performance/payment bonds. The Davis Bacon Act Wage Determination applies.

People

Points of Contact

Michelle CrenshawPRIMARY
Liezel McIntyreSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Apr 28, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 23, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 9, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View