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 is establishing a Multiple Award Construction Contract (MACC) Basic Ordering Agreement (BOA) for construction requirements at Travis Air Force Base, CA. This opportunity is a Total Small Business Set-Aside and aims to create two pools of qualified contractors: Pool 1 for minor, non-complex construction, and Pool 2 for major or design-build requirements. Applications are accepted until May 15, 2030.
Purpose & Scope
This solicitation seeks to establish a pool of qualified contractors to perform a broad range of construction services at Travis AFB. Work will be ordered via individual Task Orders, with no guarantee of future orders or minimum amounts.
- Pool 1: Minor Construction will cover non-complex construction contracts that do not include design, with individual task orders ranging from $2,000 to $300,000.
- Pool 2: Major Construction will be utilized for more complex requirements that may include design-build services, with individual task orders ranging from $300,000 to $3,000,000.
Contract Details
- Contract Type: Basic Ordering Agreement (BOA)
- Pricing Arrangement: Firm Fixed Price for task orders
- Period of Performance: May 12, 2025, to May 11, 2030
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Travis Air Force Base, CA
Application & Evaluation
- Application Deadline: May 15, 2030, at 14:30 PST.
- Submission Requirements: Applications must be submitted as a single PDF using Attachment 4 - Application. Mandatory requirements include active SAM.gov registration, a cover letter, a Past Performance Questionnaire (highlighting three multi-disciplinary construction projects completed for federal agencies within the last three years), and a letter demonstrating bonding capability.
- Pool 2 Specifics: Applicants for Pool 2 (Major Construction/Design-Build) must also submit Standard Form 330 (Architect-Engineer Qualifications).
- Evaluation Factors (Equal Importance): Compliance Review (SAM registration, NAICS, small business priority), Past Performance (relevancy, recency, quality, multi-disciplinary experience on military bases within the last five years), Bonding Capacity, and Architect/Engineer Qualifications (for design-build projects).
Anticipated Orders
The Air Force has released multiple synopses for anticipated task orders under both pools, providing examples of potential work. These include HVAC system replacements, pavement maintenance and repair, door replacements, sewer and manhole relining, interior renovations (carpet, painting), fire suppression system work, and various other facility upgrades. Magnitude ranges for these anticipated orders vary from less than $25,000 to $10,000,000.
Contact Information
For inquiries, contact Phillip Manwaring at phillip.manwaring@us.af.mil or 707-424-7769. Secondary contact is Christina Johnson at christina.johnson.32@us.af.mil or 707-424-7749.