Initial Site Visit & RFI Due Date 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 is soliciting proposals for the Repair of the Chilled Water System at Building 2280, Tinker Air Force Base (AFB), Oklahoma. This is a Total Small Business Set-Aside construction-only contract with an estimated magnitude of more than $10,000,000. The procurement will follow a Two-Step Sealed Bidding procedure. A mandatory site visit is scheduled for April 10th, 2026, with an RSVP deadline of March 30th, 2026.
Opportunity Details
This requirement involves furnishing all materials, labor, plant, tools, transportation, equipment, testing services, quality control, and incidentals to repair the chilled water system. The contractor will be responsible for identifying all necessary logistical, architectural, and structural work elements to ensure a complete, fully operating system. Work will occur at Tinker AFB, Oklahoma, potentially in airfield operations areas and controlled/restricted zones, requiring specific training and access procedures.
Key Requirements & Conditions
- Mandatory Site Visit: Attendance is mandatory for proposal consideration. RSVP with Entry Authorization List (EAL) information is due by 11:59 PM CST, Monday, March 30th, 2026. The site visit is on April 10th, 2026, at 10:00 A.M., meeting north of Bldg. 2280.
- Request for Information (RFI) Due: April 21st, 2026, at 11:59 P.M. Submit RFIs to the primary and secondary points of contact.
- Personnel: Key personnel requirements include a Project Manager (10+ years experience), Quality Control Manager, Site Safety and Health Officer, and Project Superintendent (5+ years construction experience). All contractor personnel require FOD awareness training and appropriate identification badges.
- Compliance: Adherence to NIST SP 800-171 (no CUI), OSHA VPP, and Bioenvironmental Regulations is required. A current assessment in the Supplier Performance Risk System (SPRS) with a score of at least 110, or a Plan of Action and Milestone (POA&M), is necessary.
- Bid Guarantee: A minimum 20% bid guarantee is required.
Contract & Timeline
- Contract Type: Firm Fixed Price, awarded via Two-Step Sealed Bidding (FAR 52.214-25).
- Period of Performance: 440 calendar days after receipt of Notice to Proceed.
- Estimated Magnitude: More than $10,000,000.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $45,000,000.
Evaluation Factors
- Step One (Technical Proposal): Evaluation based on technical approach, specifically Capability and Management and Schedule and Planning. Proposals must receive an "Acceptable" rating in every subfactor to proceed. Price is not considered in Step One.
- Step Two (Pricing Proposal): Only technically acceptable offerors from Step One will submit sealed price bids. Award will be made to the responsible bidder with the lowest evaluated price, assessed for reasonableness, balance, and realism.
Action Items
- RSVP for Site Visit: Email primary and secondary contacts with EAL information by March 30, 2026.
- Submit RFIs: By April 21, 2026, to the primary and secondary contacts.
- Prepare Technical Proposal: Focus on demonstrating capability, management, schedule, and planning in accordance with Section L and M instructions.
Contacts
- Primary: Sharla Flowers (sharla.flowers_brandon.1@us.af.mil)
- Secondary: Michael Johnson (michael.johnson.404@us.af.mil, 405-620-2913)