Project CTGB 26-3102, REPAIR (REPLACE) INFRARED HEATERS, B438
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 is soliciting proposals (RFP FA465426R0001) for Project CTGB 26-3102: Repair and Replacement of Infrared Heaters in Building 438 at Grissom Air Reserve Base, Indiana. This is a Combined Synopsis/Solicitation issued as a Request for Proposal (RFP). The opportunity is a Total Small Business Set-Aside with an estimated magnitude of $100,000 to $250,000. Proposals are due by June 12, 2026, 10:00 AM local time.
Scope of Work
The contractor shall provide all necessary labor, materials, and equipment to repair and replace the infrared heaters in Building 438, as indicated in the provided drawings and specifications. The work must comply with all applicable regulations, including the elimination of Class I Ozone Depleting Substances. The place of performance is Grissom ARB, IN.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238220 (Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment), with a size standard of $19,000,000 annual receipts.
- Estimated Magnitude: $100,000 - $250,000.
- Performance Period: Work must begin within 14 calendar days and be completed within 180 calendar days after receiving the notice to proceed.
- Bonds: A 20% bid bond is required with the proposal. Performance and Payment Bonds are required if the award exceeds $150,000.
- Funding: Funds are not presently available for this effort; award is contingent upon fund availability. The Government reserves the right to cancel this solicitation.
Submission & Evaluation
- Proposal Due: June 12, 2026, by 10:00 AM local time.
- Submission Method: Offers must be submitted via email to the Contracting Officer.
- Required Submissions: Offerors must submit past performance information for two recent and relevant projects, along with technical capability statements.
- Evaluation Factors: Proposals will be evaluated based on Past Performance, Technical Capability and Subcontractor Teaming Arrangements (Pass or Fail), and Price.
Additional Requirements & Notes
- Base Access: Contractors and subcontractors require base identification and vehicle passes. Instructions for base access are provided in the "Grissom DBIDS - How to Request Base Access.pdf" document. A clean background report is necessary for base access.
- Environmental Compliance: Strict environmental requirements apply, as detailed in "Grissom ARB Environmental Requirements.docx" and "Grissom ARB Bio Identification and Notification.pdf". This includes hazardous materials/waste management, stormwater, backflow prevention, air emissions, and asbestos/lead-based paint regulations.
- Wage Rates: Davis-Bacon Act prevailing wage rates apply, as detailed in "Davis-Bacon Act WD - Building - IN20260002 Mod 1.pdf".
- Point of Contact: Cedric Roberts, cedric.roberts@us.af.mil, 765-688-2818.