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 Department of the Air Force (DEPT OF DEFENSE) is establishing a Multiple Award Construction Contract (MACC) Basic Ordering Agreement (BOA) for construction requirements at Travis Air Force Base, CA. This opportunity aims to create two pools of qualified contractors for future task orders: Pool 1 for minor, non-complex construction and Pool 2 for major, design-build requirements. This is a Total Small Business Set-Aside. Applications are accepted until May 15, 2030, at 14:30 PST.
Scope of Work
The MACC BOA will cover a broad range of construction services, with specific work defined and ordered via individual Task Orders. There is no guarantee of future orders.
- Pool 1: Minor Construction will consist of non-complex construction contracts that do not include design. Individual task orders will range from a minimum of $2,000 to a maximum of $300,000. Examples of anticipated Pool 1 orders include carpet replacement, interior painting, fire suppression head replacement, roll-up door repairs, water fountain installations, window safety film, septic tank replacement, HVAC replacements, and various other maintenance and minor construction projects.
- Pool 2: Major Construction will be used for more complex requirements that require design. Individual task orders will range from a minimum of $300,000 to a maximum of $3,000,000. Examples of anticipated Pool 2 orders include full-depth pavement replacement (e.g., Skymaster Drive, $1M-$5M), construction of new egress roads with security gates ($5M-$10M), airfield re-striping ($1M-$5M), pavement maintenance plans ($250K-$500K), and repair of underground systems at AAFES gas stations ($250K-$500K).
Contract & Timeline
- Contract Type: Basic Ordering Agreement (BOA)
- Period of Performance (BOA): May 12, 2025, to May 11, 2030
- Pricing Arrangement: Firm Fixed Price for task orders
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Application Due: May 15, 2030, at 14:30 PST
- Published: January 28, 2026 (latest update)
Evaluation Factors
Applications will be evaluated in a stepped approach, with no pre-established limit on the number of agreements. All evaluation factors are of equal importance:
- Compliance Review: Active SAM.gov registration, NAICS code (236210 prioritized for small businesses), and representations/certifications.
- Past Performance: Submission of three multi-disciplinary construction projects completed within the last three years with federal agencies, demonstrating relevancy, recency, and quality, particularly on military bases.
- Bonding Capacity: Proof of ability to obtain performance and payment bonds, including single and aggregate bonding amounts.
- Architect/Engineer (A/E) Qualifications: Required for Pool 2 applications, using SF 330 Architect-Engineer Qualifications form, with separate Section E for each discipline (Architect, Civil, Mechanical, Electrical).
Submission Requirements
Applications must be submitted as a single PDF using Attachment 4 - Application. Specific requirements include a cover letter, Past Performance Questionnaires (PPQ), and a bonding letter. SF-330 is required for Pool 2 applications.
Points of Contact
- Primary: Phillip Manwaring (phillip.manwaring@us.af.mil, 707-424-7769)
- Secondary: Christina Johnson (christina.johnson.32@us.af.mil, 707-424-7749)