Sources Sought for WWYK200131 - Repair Chilled Water System, Bldg. 2280
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, AFSC PZIOC, is soliciting proposals for the Repair of the Chilled Water System at Building 2280 at Tinker Air Force Base, Oklahoma. This is a Firm Fixed-Price construction contract with an estimated magnitude exceeding $10,000,000. The procurement uses a Two-Step Sealed Bidding process. Proposals are due March 13, 2026.
Opportunity Details
This solicitation is a Total Small Business Set-Aside under NAICS 236220 (Commercial and Institutional Building Construction) with a size standard of $45,000,000. The contract will have a Period of Performance of 440 calendar days after receipt of the Notice to Proceed. Funds for this contract may be contingent upon availability. A mandatory site visit is required for eligibility.
Scope of Work
The contractor will be responsible for furnishing all materials, labor, plant, tools, transportation, equipment, testing services, quality control, and incidentals necessary to repair the chilled water system. This includes identifying all required logistical, architectural, and structural work elements to ensure a complete, fully operating system. Field verification of government-provided information is mandatory. Personnel working on flight lines will require FOD awareness training. Key personnel requirements include a Project Manager, Quality Control Manager, Site Safety and Health Officer, and Project Superintendent, each with specific experience qualifications. Special requirements cover adherence to quality control programs, health and safety regulations (OSHA VPP, EM 385-1-1), environmental management (e.g., lead-based paint removal), and strict documentation standards.
Submission & Evaluation
This is a Two-Step Sealed Bidding procurement (FAR Subpart 14.5):
- Step One (Technical Proposal): Bidders submit technical proposals without pricing. Evaluation focuses on Capability and Management and Schedule and Planning. Proposals must receive an "Acceptable" rating in all subfactors to proceed.
- Step Two (Pricing Proposal): Only technically acceptable bidders from Step One will submit sealed priced bids. Award will be made to the responsible bidder offering the lowest evaluated price, considering reasonableness, balance, and realism.
Proposals must be submitted electronically via email or DoD Safe, adhering to specific formatting requirements (e.g., no password-protected files, text-searchable PDFs, no zip files). Bidders must have a current Supplier Performance Risk System (SPRS) score of at least 110 or submit a Plan of Action and Milestone (POA&M). A bid guarantee of at least 20% of the proposal is required. Relevant FAR clauses include prohibitions on certain Iran-related activities and UAS from covered foreign entities, and instructions for construction proposal preparation.
Contact Information
For inquiries, contact Sharla Flowers (primary) at sharla.flowers_brandon.1@us.af.mil or Michael Johnson (secondary) at michael.johnson.404@us.af.mil, phone: 405-620-2913.