Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

July 21, 2025

Conceptual

Military

$500,000.00

Public - Federal

Renovation

img_map_placeholder

1601 W Fox Dr, Enid, OK

We’ve obtained documents for this project and are currently processing them.

Subscribe to View Full Documents

Renovation of a military facility in Enid, Oklahoma. Conceptual plans call for the renovation of a military facility.

SYNOPSIS FOR FIRM-FIXED-PRICE CONTRACT - ARCHITECT-ENGINEERING (A-E) SERVICES (full and open) to support the development of the design and creation of construction documents for the renovation of an existing simulator facility, F672, to support the bed down of a new airframe at VAFB. Concurrently, prepare a conceptual charrette report of nearby facility, F174, which evaluates using F174 as simulator swing space. Pending the availability of funds and validated need of the requirement, the VAFB may ask the A-E to complete the design and construction documents for F174, as F174 is a companion project to the execution of F672's renovation. This synopsis includes the creation of full contract documents for F672 and the completion of a separate CCR for F174. Project names as follows: XTLF 001018R2 REPAIR OPERATIONS GROUP, F672 XTLF 28-1017CR CONVERT T-1 COMBS WAREHOUSE TO T-38 SIMULATOR TEMPORARY SPACE, F174 (CONCEPTUAL CHARRETTE REPORT) XTLF 28-1017 CONVERT T-1 COMBS WAREHOUSE TO SIMULATOR SPACE, F174 THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NEITHER THE GOVERNMENT NOR ASRC FEDERAL FIELD SERVICES (AFFS) WILL PAY OR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT AND AFFS IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 1. CONTRACT INFORMATION AFFS is procuring this requirement in accordance with the Brooks Act as implemented in FAR 36.6. AFFS and the Government will select firms for negotiation based on demonstrated competence and qualifications for the required work. Refer to section, "5. Selection Process," for general information on the A-E selection process. The subject projects require A-E services for site investigation, engineering studies, concept design, and cost estimating for the subject projects. The applicable NAICS code is 5413, Architectural, Engineering, and Related Services. This announcement is open to all businesses regardless of size. AFFS is contemplating awarding a firm firxed contract. Indicated below is the Period of Performance for completing each project. XTLF 001018R2 REPAIR OPERATIONS GROUP, F672 (12 months after NTP) XTLF 28-1017CR CONVERT T-1 COMBS WAREHOUSE TO T-38 SIMULATOR TEMPORARY SPACE, F174 (4 months after NTP) XTLF 28-1017 CONVERT T-1 COMBS WAREHOUSE TO SIMULATOR SPACE, F174 (9 months after NTP-Award subject to availability of funds) All interested firms are required to submit a single SF330 for this full and open notice. AFFS will only consider A-E Teams for award who respond to this solicitation and are found to be qualified. 2. PROJECT INFORMATION The F672 and the F174 Conceptual Charrette Report, (CCR), projects will start concurrently. The start date for the F174 construction document project is dependent on funding becoming available. AFFS Project Manager and the A-E team will establish a delivery schedule for all interim and final submissions for all projects which will result in the completion of all projects within the period of performance. Following is a synopsis of each project; AFFS will provide the most highly qualified firm with the full Statement of Work for their use in preparation of their fee proposal. XTLF 001018R2 REPAIR OPERATIONS GROUP, F672 Complete design and development of construction contract documents for the repair of F672. The A-E will utilize the previously completed CCR as the basis of design. The A-E will work with VAFB and Government personnel to both review and confirm design requirements stated in the CCR during an initial project charrette. It is a requirement of the design charrette that the A-E team not only verify the current scope requirements but also integrate requirements for installing new flight simulator units and required support spaces within the existing facility footprint to support the T-7A beddown. The A-E will utilize the modified CCR to develop construction documents, that upon completion of the repair project, provide VAFB with a complete and useable facility. The existing F672 facility houses the 71st Operations Group (OG). The primary purpose of the facility is to conduct simulator-based training as a component of the Air Force pilot training program. The renovation will repair and modernize the essential facility systems, exterior enclosure, roofing, interior construction and finishes, plumbing, mechanical, fire protection and electrical. Realign administrative spaces and simulator spaces to match new mission requirements, comply with Air Force standards, and comply with building codes. VAFB anticipates that relocating the existing T-38 simulators into another facility on Vance AFB, F174, will simplify the construction of the F672 renovation project. This will allow for simulator consolidation and space optimization within F672 and the installation of new flight simulators as part of the T-7A beddown within the existing F672 footprint. VAFB, the Government, and the A-E team may identify additional simulator relocations within F672 during the design charrette. An on-site, temporary, modular facility for use by the facility occupants during construction will require notional design. This project requires the A-E to provide sequencing strategies which, when executed by the construction contractor minimize mission interruptions to the greatest extent possible. It will be a requirement of the construction project that the contractor protect and make available for continuous service, all simulators remaining in the facility during renovation activities. All formal project submissions during the duration of this project require updated estimates of probable construction costs. This project requires the A-E team to conduct a thorough site investigation of existing site conditions to document the existing conditions. XTLF 28-1017CR CONVERT T-1 COMBS WAREHOUSE TO T-38 SIMULATOR TEMPORARY SPACE, F174 (CONCEPTUAL CHARRETTE REPORT (CCR)) Develop a CCR which defines the scope necessary for the relocation of existing simulators from F672 to F174 and where the project's outcome will safeguard the health, safety, and welfare of all building occupants, including any facility visitors. The CCR will contain the following, a description of the work in both narrative form and in drawings, an analysis of existing conditions, a sensitivity/risk assessment based on the evaluation of opportunities and constraints associated with the CCR solution, an estimate of probable construction cost, and an estimated construction timeline. F174 is currently the T-1 Combs Warehouse facility. Constructed in 1996, this 17,367 gross square foot facility has a building condition index (BCI) of 83. The CCR will address renovating the facility to provide for the relocation of T-38 simulators and associated support spaces from F672 to F174 within the existing facility footprint. The renovations will include creating multiple, fully enclosed rooms for each type of simulator, new cooling systems for the simulator rooms and the surrounding room area, upgrades to the facility's electrical system to support the load generated by the simulators, and other general renovations as required for building support spaces and toilet rooms. Required spaces may also include offices and briefing/debriefing rooms. Additionally, the renovation solution must include building systems rated as Amber or Red in the BUILDER system which will impact the ability of the facility to support the new requirements. To create the CCR, the A-E is to perform a detailed visual survey of the existing facility cited above using all applicable UFCs and Air Force guidance and provide detailed documentation of observed deficiencies which will impact the ability of the facility to support the new requirements. Observations and recommendations include: Analyzing and providing recommendations for ABA compliant pathways between adjacent parking areas and all building entrances. Evaluation of the entire facility for compliance with current ABA criteria. Recommendations must be provided for addressing all observed deficiencies. Evaluate elements such as required clearances, reach ranges, mounting heights for accessible components, audio and visual alarms, and signage. Evaluation of the building's exterior conditions and identifying strategies for repairing or replacing degraded systems. This includes all exterior walls, doors, glazed openings, louvers, joints, sealants, and roofing. Analyzing the existing HVAC systems. Any new HVAC system selection will be based on a Life Cycle Cost Analysis (LCCA) selection. In addition, multiple LCCAs and the overall building energy modeling will be the basis for selection of all elements of the energy footprint of the building (i.e., HVAC, hot water heater, lighting, envelope insulation, roof insulation, window insulation, etc.) in accordance with UFC 1-200-02, High Performance Sustainable Buildings (HPSB). Identifying the impact of full compliance with Executive Order 14057, Electrification of Federal Facilities for all building systems which are significantly modified or replaced. Costs and impact to existing building infrastructure and space to be documented for each applicable system. Evaluating hot water systems and plumbing fixtures, and providing relevant recommendations. Evaluating and providing recommendations for lighting solutions for use in areas affected by the proposed renovation. The A-E will evaluate the existing space utilization against the current Customer Authorization Worksheet for the proposed building occupants and compare both data sets to the space requirements identified in DAFMAN 32-1084. The A-E will utilize this comparison to inform floor plan solutions that are part of the CCR document. The CCR will require sustainability design and identification of strategies for compliance with either the GBCI "Guiding Principles Assessment for Department of Defense" program or the GBI "Department of Defense Guiding Principles Compliance for New Construction & Comprehensive Replacement" program as applicable. The CCR will include estimates of probable construction cost and must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACE) - Second Generation (MII). XTLF 28-1017 CONVERT T-1 COMBS WAREHOUSE TO SIMULATOR SPACE, F174 A-E will utilize the completed F174 CCR document as the basis of design for the design and development of construction contract documents for the conversion of F714 from a warehouse to a simulator facility. The A-E's work will result in construction documents which will enable the conversion of the facility to one that is complete and useable as a simulator facility upon completion of the project. It is anticipated that F174 will be renovated prior to the F672. The design and development of construction contract documents may be required to be executed concurrently with the design of F672, upon availability of funds, to ensure contract documents are completed and contracted with sufficient time to allow for streamlined construction execution of F672. Vance AFB is responsible for a separate contract for the execution of the F672 simulators into F174. All formal project submissions during the duration of this project require updated estimates of probable construction costs. 3. RESPONSE TO SOLICITATION SUBMISSION REQUIREMENTS: AFFS and the Government will select A-E Teams in accordance with FAR section 36.602-1. A-E Teams must submit a SF330 package of qualifications for review by AFFS and approved by Vance AFB Government Personnel. Please refer to the Synopsis attached for the selection criteria request. 4. SOLICITATION SUBMISSION REQUIREMENTS Limit the SF330, parts A thru G to 30 numbered pages (8.5"x11") of easily readable text (size 11 font), graphics and pictures. There is not a page limit for Part H. 5. SELECTION PROCESS The intent of the AFFS and A-E Team arrangement is to facilitate the timely, transparent, and efficient teaming between the A-E Team and AFFS to meet the needs of Vance AFB. Within three weeks of receipt of the SF330 packages, a committee comprised of AFFS staff architects, engineers, and leadership will review the package according to FAR 36.602-2 thru 36.602-4. The committee will evaluate submissions based on stated services in the SF330. Each committee member will independently review the SF330s and evaluate the suitability of each A-E Team for this contract based on the submission requirements listed above. The committee will meet, and by consensus agree to a short-list of the most qualified A-E Teams for progessing to the next step for the selection process based on the provided information in the SF330. The most qualified teams will be invited to an aprpoximately 30 minute telephone/virtual interview for the purpose of answering clarifying questions related to their SF 330 submission. Upon conclusion of the interviews, the committee will rank the most qualified teams. The rankings will be shared with the 71st ISS/CE Flight representatives. With concurrence, AFFS Local Purchase will provide the most highly qualified team the Statement of Work in order to begin negotiating a fee for the projects. Upon successful conclusion of the fee negotiations, the A-E Team will proceed with the design process in accordance with the Statement of Work and at the direction of the AFFS managing Architect or Engineer. Please see all attached forms: Please submit all qualifications to the following email address: shari.lamunyon.ctr@us.af.mil Q&A form attached for all or any RFI's, please use the form provided. Qualifications are due by July 19, 2024 11:00 am CST. Anything after this will NOT be accepted. The Method of Contractor Selection has not been determined at this Time.

3 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Starting At

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Provide your information to unlock 5 active projects and companies from our commercial construction database. Free.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Don't miss Bidding Projects!

Within 75 Miles of this Project:
82
Active Projects
51
Bidding Soon

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.