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 seeking proposals for the Repair of the Chilled Water System at Building 2280 at Tinker Air Force Base, Oklahoma. This is a Total Small Business Set-Aside construction-only contract with an estimated value of more than $10,000,000. The procurement utilizes a Two-Step Sealed Bidding process, requiring a mandatory site visit for eligibility.
Scope of Work
The contractor will be responsible for furnishing all materials, labor, tools, transportation, equipment, testing, and quality control necessary to repair and restore the chilled water system to full operation. This includes identifying and providing necessary logistical, architectural, and structural work elements not explicitly detailed in project documents. The work involves areas near operational aircraft and within controlled/restricted zones, requiring adherence to specific airfield operations protocols and security procedures. Field verification of government-provided information (e.g., floor plans, utilities) is mandatory.
Contract Details
- Contract Type: Firm Fixed Price (Construction-only)
- Estimated Value: More than $10,000,000
- Period of Performance: 440 calendar days after Notice to Proceed (NTP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Size Standard: $45,000,000 Annual Receipts
Key Requirements & Process
This acquisition follows a Two-Step Sealed Bidding procedure (FAR 14.5).
- Mandatory Site Visit: Attendance at the initial site visit was mandatory for eligibility to submit proposals. The site visit was held on April 10th, 2026, at 10:00 A.M. RSVP for Entry Authorization List (EAL) was due by March 30th, 2026, 11:59 PM CST.
- Key Personnel: Requires a Project Manager (10+ years experience, 2+ as PM), Quality Control Manager, Site Safety and Health Officer, and Project Superintendent (5+ years construction experience, 2+ as superintendent).
- Special Conditions: Contractor personnel require Foreign Object Debris (FOD) awareness training, AFMC Form 387 badges, and Secure Area Badges (AF Form 1199C) for access to controlled areas. Compliance with environmental regulations (e.g., lead-based paint) and strict quality control (per spec 01 45 00.00 10) and safety (per EM 385-1-1) protocols are essential.
Submission & Evaluation
- Step One (Technical Proposal): Bidders must submit technical proposals (without pricing) demonstrating capability, management approach, schedule, and planning. Proposals are rated "Acceptable," "Reasonably susceptible of being made acceptable," or "Unacceptable." An "Acceptable" rating in all subfactors is required to proceed.
- Step Two (Pricing Proposal): Only technically acceptable bidders from Step One will be invited to submit sealed priced bids. Award will be made to the responsible bidder with the lowest evaluated price, considering reasonableness, balance, and realism.
- Bid Guarantee: A minimum 20% bid guarantee is required.
- SPRS Assessment: Bidders must have a current assessment in the Supplier Performance Risk System (SPRS) with a score of at least 110, or submit a Plan of Action and Milestone (POA&M).
Deadlines
- RFIs Due: Was due by April 21st, 2026, 11:59 P.M.
- Proposals Due: March 13, 2026, 05:00 PM local time. (Note: This date appears in the latest draft solicitation document but precedes the site visit and RFI dates mentioned in the notice. Bidders should verify the current proposal due date with the contracting office.)
Contacts
- Primary: Sharla Flowers (sharla.flowers_brandon.1@us.af.mil)
- Secondary: Michael Johnson (michael.johnson.404@us.af.mil, 4056202913)