Travis AFB MACC BOA
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 U.S. Air Force is establishing a Multiple Award Construction Contract (MACC) Basic Ordering Agreement (BOA) for construction requirements at Travis Air Force Base, CA. This Total Small Business Set-Aside opportunity aims to create a pool of qualified contractors for future task orders. Applications are accepted until May 15, 2030.
Purpose & Scope
This MACC BOA will establish two distinct pools of contractors to address a broad range of construction needs:
- Pool 1 (Minor Construction): For non-complex construction projects that do not require design, with individual task orders ranging from $2,000 to $300,000.
- Pool 2 (Major Construction): For more complex requirements, including design-build projects or major construction, with individual task orders ranging from $300,000 to $3,000,000. The BOA itself has a period of performance from May 12, 2025, to May 11, 2030.
Contract Details
- Type: Basic Ordering Agreement (BOA)
- Pricing: Firm Fixed Price for task orders
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). Small businesses under NAICS 236210 are prioritized.
- Place of Performance: Travis Air Force Base, CA.
Application Requirements
Interested contractors must submit a single PDF application package using Attachment 4 - Application. Key components include:
- A cover letter (using Attachment 4 template).
- A Past Performance Questionnaire (PPQ) detailing three multi-disciplinary construction projects completed within the last three years for federal agencies.
- A letter demonstrating bonding capability (single and aggregate amounts).
- For Pool 2 (Major Construction), an SF-330 Architect-Engineer Qualifications form (Attachment 7) is also required, with a separate Section E for each relevant discipline (Architect, Civil, Mechanical, Electrical). Active registration in SAM.gov is mandatory.
Evaluation Criteria
Applications will be evaluated based on:
- Compliance Review: SAM registration, NAICS code (236210 for small businesses prioritized), representations/certifications.
- Past Performance: Relevancy, recency (last 5 years), quality, and multi-disciplinary experience, particularly on military bases.
- Bonding Capacity: Proof of ability to obtain performance and payment bonds.
- Architect/Engineer (A/E) Qualifications: Demonstrated via SF330 for design-build projects (Pool 2). All evaluation factors are of equal importance. There is no pre-established limit on the number of agreements, and no guarantee of future work.
Anticipated Work
Recent synopses indicate a variety of potential task orders, including:
- Fire suppression head replacement, roll-up door replacement, water fountain installation.
- Carpet removal/replacement and interior painting.
- Fire station roll-up doors, SIPR soundproofing, CDC tripping hazard remediation.
- ADA door replacements, window safety film installation, grease trap/degreaser pump installation.
- Septic tank replacement, HVAC system replacement, gas meter replacement.
- Sewer repair, bathroom additions, AC split replacement, fire tank bypass, condensing/evaporator system replacement, and kiddie pool renovation. Task order magnitudes range from less than $25,000 to $500,000.
Key Dates & Contacts
- Application Deadline: May 15, 2030, at 14:30 PST.
- Primary Contact: Phillip Manwaring (phillip.manwaring@us.af.mil, 707-424-7769).
- Secondary Contact: Christina Johnson (christina.johnson.32@us.af.mil, 707-424-7749).