Bldg 65 - Renovation of Telephone Office Area, FE Warren AFB, WY AMENDMENT 02
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, 90th Contracting Squadron, is soliciting proposals for the Renovation of the Telephone Office Area in Building 65 at FE Warren AFB, WY. This Combined Synopsis/Solicitation is a 100% Small Business Set-Aside for a Firm Fixed-Price construction contract (Product Service Code: Z2JZ - Repair Or Alteration Of Miscellaneous Buildings). 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 of the Telephone Office Area in Building 65. Key tasks include selective demolition, replacement of carpeting, resilient flooring, wood doors and frames, door hardware, hollow metal doors and frames, painting, acoustic ceiling systems, ceiling lighting, and minor electrical work. All work must adhere to the revised Statement of Work (SOW Rev1 dated April 8, 2026), Contract Drawings (AX1), Specifications, applicable codes (including the latest IBC), and FE Warren AFB Installation Facilities Standards. The project has a performance period of 90 calendar days.
Contract Details
- Contract Type: Firm Fixed-Price, Simplified Acquisition Procedures (FAR Part 13)
- Estimated Magnitude: $100,000 to $250,000
- Period of Performance (PoP): 90 calendar days from Notice to Proceed.
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 236220 (Repair Or Alteration Of Miscellaneous Buildings) with a $45,000,000 annual receipts size standard.
- Place of Performance: FE Warren AFB, WY 82005.
Submission & Evaluation
Proposals are due by 11:00 AM MT on Tuesday, May 5, 2026, and must be submitted via email only to michelle.crenshaw@us.af.mil and liezel.mcintyre@us.af.mil. Offers must be valid for 60 calendar days. Award will be based on the Lowest Price Technically Acceptable (LPTA) method. Evaluation factors include:
- Technical Acceptability: Completion of Attachment 8 (Cost Estimate Breakdown with labor/materials breakout) and Attachment 9 (SF24 Bid Bond Form).
- Technical Evaluation: For the lowest three offerors, a Work Plan demonstrating ability to complete the project within the SOW and PoP, and a Progress Schedule showing milestones. Offerors must demonstrate clear understanding, material acquisition ability, and correct labor skill mix.
Key Dates & Contacts
- Questions Due: 11:00 AM MT, Tuesday, April 28, 2026. Submit via email to Michelle Crenshaw and Liezel McIntyre.
- Proposal Submission Due: 11:00 AM MT, Tuesday, May 5, 2026.
- Site Visit: Completed on April 23, 2026.
- Primary Contact: Michelle Crenshaw (michelle.crenshaw@us.af.mil, 3077735751)
- Secondary Contact: Liezel McIntyre (liezel.mcintyre@us.af.mil, 3077733411)
Special Requirements
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. The Davis Bacon Act Wage Determination (Attachment 7) applies. Compliance with extensive environmental regulations (Attachment 3), safety protocols (Attachment 6), and security requirements for base access is mandatory. Required attachments for submission include an acknowledged page 1 of the solicitation and all amendments, Attachment 8 (Cost Estimate Breakdown), and Attachment 9 (Bid Bond Form). Attachment 10 (Lead and Asbestos Test Results) is also provided.