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, 60 CONS LGC, 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 a pool of qualified contractors for future minor and major construction projects. Applications for both pools are accepted until May 15, 2030.
Opportunity Details
This MACC BOA will establish two distinct pools of contractors:
- Pool 1: Minor Construction – For non-complex construction contracts not requiring design, with task orders typically ranging from $2,000 to $300,000.
- Pool 2: Major Construction – For more complex requirements, including design-build projects, with task orders typically ranging from $300,000 to $3,000,000.
The government does not guarantee future work or a minimum amount of work. Task Order Proposal Requests (TOPRs) will be issued for specific projects. Several synopses for anticipated orders have been released, including renovation of Fisher House 2, chiller/boiler replacements, sewer/manhole relining, AC unit replacements, and various facility repairs.
Application Requirements
To apply for the BOA, contractors must submit a single PDF application using Attachment 4 - Application. Key requirements include:
- Active registration in SAM.gov.
- A cover letter (using Attachment 4 template).
- Past Performance Questionnaire (PPQ) highlighting three multi-disciplinary construction projects completed within the last three years with federal agencies, preferably on military bases.
- A letter demonstrating bonding capability (single and aggregate).
- For Pool 2 (Major Construction), an SF-330 Architect-Engineer Qualifications form (Attachment 7) is also required, detailing capabilities in Architectural, Civil, Mechanical, and Electrical disciplines.
The SF 1442 is for informational purposes only and does not need to be submitted.
Evaluation Factors
Applications will be evaluated based on:
- Compliance Review/SAM Registration: Active SAM registration and compliance with NAICS 236210 (or equivalent size standard).
- Past Performance: Relevancy (multi-disciplinary, government/military experience), recency (within 3-5 years), and quality.
- Bonding Capacity: Proof of maximum bonding capacity.
- Architect/Engineer Qualifications: For Pool 2, demonstrated A/E capabilities in mandatory disciplines.
All factors are of equal importance.
Contract & Timeline
- Contract Type: Basic Ordering Agreement (BOA)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Application Deadline: May 15, 2030, at 14:30 PST.
- Bonding: Required for task orders exceeding $150,000.
- Published Date: April 21, 2026 (latest update).
Contact Information
- 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)