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, 60th Contracting Squadron (60 CONS), is establishing a Multiple Award Construction Contract (MACC) Basic Ordering Agreement (BOA) for construction services at Travis Air Force Base, CA. This Total Small Business Set-Aside opportunity aims to create two pools of qualified contractors for future construction projects. Applications are open until May 15, 2030.
Opportunity Overview
This solicitation seeks to establish a MACC BOA to streamline construction procurement at Travis AFB. The BOA will consist of two pools:
- Pool 1: Minor Construction for non-complex projects without design, with task orders up to $300,000 (minimum $2,000).
- Pool 2: Major Construction for complex design-build projects, with task orders ranging from $300,000 to $3,000,000. No limit on BOAs awarded, and no guarantee of future work.
Scope of Work
Anticipated projects cover a wide range of construction, renovation, maintenance, and repair. Examples from recent synopses include:
- Pool 1: Renovation of Fisher House 2, chiller/boiler replacements, carpet/paint/window replacement, AC unit replacement, sewer/manhole relining, fire suppression, roll-up doors, water fountains, kiddie pool renovation, soundproofing, ADA door replacement, and various system upgrades.
- Pool 2: Pavement repair/construction (Skymaster Drive, Egress Road, 900 Ramp, Mini-Mall parking lot), AAFES Gas Station repairs, Fire Alarm Panel repair, ATC Tower Boiler replacement, Hangar 811 Door & Electrical design, and Lift Station Wastewater Pump repairs.
Contract Details
- Contract Type: Basic Ordering Agreement (BOA)
- Pricing: Firm Fixed Price for task orders.
- Period: Applications accepted until May 15, 2030.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
Application Requirements
Contractors must submit a single PDF application using Attachment 4 - Application. Key requirements include:
- Active SAM.gov Registration.
- Cover Letter (Attachment 4 template).
- Past Performance Questionnaire (PPQ): Three multi-disciplinary construction projects (last 3 years, DoD/federal). CPARS accepted as support.
- Bonding Letter: From a financial institution/surety, demonstrating aggregate and single bonding capability. Bonds required for task orders > $150,000.
- SF-330 Architect-Engineer Qualifications (Attachment 7): Required for Pool 2 (Major Construction/Design-Build), covering Architectural, Civil, Mechanical, and Electrical disciplines.
Evaluation Criteria
Applications are evaluated in four equally important steps:
- Compliance Review: SAM registration, NAICS (236210 for small businesses), required documents.
- Past Performance: Three relevant projects on military bases (within 5 years), multi-disciplinary experience, quality.
- Bonding Capacity: Proof of maximum bonding capacity.
- Architect/Engineer Qualifications: For Pool 2, demonstration of A/E capabilities in mandatory disciplines.
Key Dates & Contacts
- Application Deadline: May 15, 2030, at 14:30 PST.
- Primary POC: Phillip Manwaring, phillip.manwaring@us.af.mil, 707-424-7769.
- Secondary POC: Christina Johnson, christina.johnson.32@us.af.mil, 707-424-7749.