MUHJ 24-4024, Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), Virginia

SOL #: FA480026B0001Award Notice

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4800 633 CONS PKP
LANGLEY AFB, VA, 23665, United States

Place of Performance

GRASSY CREEK, VA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

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

Timeline

1
Posted
Dec 8, 2025
2
Last Updated
Feb 24, 2026

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 (FA4800 633 CONS PKP) sought bids for MUHJ 24-4024, Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), Virginia. This Total Small Business Set-Aside project involved comprehensive renovation of the Military Working Dog (MWD) kennels. Bids were due on February 10, 2026, and the bid opening occurred on February 24, 2026.

Project Scope

The project entailed a complete renovation of Building 1030, the MWD Kennel facility. Key aspects included:

  • HVAC System Replacement: Complete gutting and replacement of the existing HVAC system with a Dedicated Outside Air System (DOAS) to address odor and health concerns, meeting required air changes per the Kennel Design Guide. This included installing three-phase power.
  • Interior Renovation: Rework and improvement of interior kennel structures to expand individual kennel cells to meet required square footage.
  • Construction Phasing: Work was required to be phased according to Plan G-002, ensuring Phase 2 remained operational while Phase 1 was performed.
  • Compliance: Adherence to the "Standard Design Air Force Military Working Dog Guide" (July 2018) and various building codes, standards, and regulations was mandatory.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Estimated Magnitude: Between $1,000,000.00 and $5,000,000.00.
  • Period of Performance: 60 calendar days from Notice to Proceed, with completion within 180 calendar days.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $45,000,000.00 Annual receipts.
  • Bonds: Performance and Payment Bonds were required.

Key Dates & Amendments

  • Original Proposal Due Date: January 22, 2026.
  • Amendment 0001: Extended bid due date to January 28, 2026, and incorporated amended drawing notes (Attachment 11).
  • Amendment 0002: Further extended bid due date to February 10, 2026, at 2:00 p.m. E.T. This amendment also incorporated Government responses to bidder questions (Attachment 12) and the "Standard Design Air Force Military Working Dog Guide" (Attachment 13).
  • Pre-Bid Site Visit: Held on January 6, 2026, at 10:00 a.m. E.T.
  • Bid Opening: Official record posted on February 24, 2026.

Technical Requirements & Documentation

Bidders were required to review extensive documentation, including:

  • Drawings: An "Index of Drawings" (Atch 2) detailed architectural, structural, civil, mechanical, plumbing, and electrical plans. Amended drawings (Atch 11) were issued.
  • Specifications: Detailed technical requirements across numerous CSI divisions (Atch 3), covering demolition, concrete, masonry, metals, finishes, HVAC, electrical, and environmental special conditions (lead/mold remediation).
  • Mechanical Data: Mechanical calculations (Atch 4) for HVAC loads and equipment cut sheets (Atch 5) were provided.
  • Materials: Specific material and paint samples (Atch 6) were mandated.
  • Hazardous Materials: A survey report (Atch 7) identified lead paint and mold/moisture, requiring specific handling and remediation.
  • Cost Estimate: Bidders were required to use a provided Excel spreadsheet (Atch 9) for a CSI-formatted cost estimate breakdown.
  • Wage Rates: General Decision Number VA20250022 (Atch 10) specified prevailing wage rates.

Bid Opening Results

The official record of the bid opening on February 24, 2026, listed the following bids:

  • Cross Equity: $71,871.00
  • Allcon Contracting: $1,633,754.89
  • Etolin Strait: $1,648,146.86
  • Ocean Construction: $1,777,782.00
  • SEG: $1,916,972.48
  • SAW: $1,987,029.00
  • Vanar: $1,998,668.30
  • Ritchie Curbow: $2,018,000.00
  • Virtexco: $2,092,468.61
  • Grassfield Construction: $2,189,021.03
  • Rand Enterprises: $2,198,253.22
  • Herring Construction: $2,265,270.40
  • Procon: $2,278,455.76
  • Benaka: $2,440,537.03
  • QC General: $2,488,270.00
  • PBI: $2,794,395.23
  • McKenzie: $4,005,523.16

People

Points of Contact

Callie J ComptonPRIMARY
Matthew LeeperSECONDARY

Files

Files

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

Versions

Version 7Viewing
Award Notice
Posted: Feb 24, 2026
Version 6
Solicitation
Posted: Feb 9, 2026
View
Version 5
Solicitation
Posted: Jan 26, 2026
View
Version 4
Solicitation
Posted: Jan 13, 2026
View
Version 3
Solicitation
Posted: Jan 13, 2026
View
Version 2
Solicitation
Posted: Jan 12, 2026
View
Version 1
Solicitation
Posted: Dec 8, 2025
View
MUHJ 24-4024, Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), Virginia | GovScope