TINKER AFB MAC BOA WWYK230053 - Replace Vault and Fuel Tank, B3202
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 Tinker AFB MAC BOA WWYK230053 - Replace Vault and Fuel Tank, B3202 project. This Total Small Business Set-Aside opportunity, valued between $1,000,000 and $5,000,000, requires the installation of a new above-ground diesel tank and associated infrastructure upgrades at Tinker Air Force Base, Oklahoma. Proposals are due by June 19, 2026, at 4:00 PM local time. This posting is exclusively for Tinker AFB MAC BOA Holders.
Scope of Work
The project involves furnishing all design/engineering services, materials, labor, and equipment to replace an existing underground vault and fuel tank with a new above-ground diesel tank inside Building 3202 at Tinker AFB. The comprehensive scope includes:
- Demolition of existing underground vault, fuel tank, and associated components.
- Installation of a new above-ground diesel tank.
- New ventilation and fuel piping systems.
- Electrical system upgrades, including LED lighting with battery backup, new panels, and fuel system connections.
- Structural repairs and upgrades, including supporting new MEP work and repairing a corroded steel hoist structure.
- Civil and architectural repairs, such as masonry repairs, new concrete truck driveway, and a new EPDM roof system.
- All work must meet current codes and Tinker AFB standards.
Contract Details
- Contract Type: Firm Fixed Price (FFP) via Sealed Bid (IFB) procedures.
- Period of Performance: 330 calendar days after receipt of Notice to Proceed.
- Estimated Magnitude: $1,000,000 to $5,000,000.
- Funding: Funds are not presently available; obligation is contingent upon the availability of appropriated funds.
- Bonds: Performance and payment bonds are required within 10 calendar days after award. A bid guarantee of at least 20% of the proposal is also required.
- Liquidated Damages: A minimum of $227.75 per day will be assessed for delays in project completion.
Eligibility & Set-Aside
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Eligibility: Restricted to Tinker AFB MAC BOA Holders ONLY.
- NAICS Code: 236220 (Commercial and Institutional Building Construction).
- Size Standard: $45,000,000.00 Annual receipts.
- Product Service Code: Z2GC (Repair Or Alteration Of Fuel Storage Buildings).
Submission & Evaluation
- Proposal Due Date: June 19, 2026, at 4:00 PM local time.
- Evaluation: Lowest Priced Technically Acceptable (LPTA) Source Selection procedures. Proposals must meet all technical requirements, terms, and conditions.
- Mandatory Site Visit: An initial site visit is scheduled for Tuesday, April 28, 2026, at 1:00 PM CST at Tinker AFB, B3202. Attendance is mandatory for eligibility to propose. RSVP to Sara Hinds and Megan Donaghe by noon on April 27, 2026, including base access requirements.
- Requests for Information (RFIs) Due: May 7, 2026, at 4:00 PM.
- Offer Validity: Offers must provide at least 120 calendar days for Government acceptance.
Special Requirements & Considerations
- Key Personnel: Requires a Project Manager, Design Project Manager, Quality Control Manager, Site Safety and Health Officer, and Project Superintendent, each with specific experience.
- Design/Engineering: Contractor is responsible for preparing complete design submissions (35%, 65%, 95%, 100%).
- Environmental: No Class 1 Ozone Depleting Substances are required. Environmentally preferable attributes are considered, though specific mandatory environmental purchasing lists do not apply. Potential asbestos-containing materials (ACM) concerns are noted; contractors must notify the CO/COR if suspect conditions are encountered.
- Wage Determination: Prevailing wage rates and fringe benefits for construction trades in Oklahoma County apply.
- Documentation: A comprehensive Submittal Register outlines all required documentation throughout the project lifecycle. Detailed architectural and engineering drawings are provided.
Contact Information
- Primary: Megan Donaghe (megan.donaghe@us.af.mil, 7303205014)
- Secondary: Sara Hinds (sara.hinds.2@us.af.mil)