Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published July 1, 2025 at 8:00 PM
Updated July 2, 2025
Renovation of a military facility in Homestead, Florida. Completed plans call for the renovation of a military facility.
(i) This for noncommercial ion services. This is a competitive 100 Small Business conducted in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 19.5. Additionally, this will follow FAR 15, Contracting by Negotiation procedures and FAR 36, ion and Architect-Engineer Contracts. (ii) Number: FA6648-25-R-0004 **Please provide the full number on all packages** Interested parties who believe they can meet all the requirements for the items described in this are invited to submit, in writing, a complete proposal package. Offerors are required to submit with their proposals enough information for the Government to evaluate the requirements detailed in this . Offerors shall submit proposals via . Electronic proposals may be submitted via to Vivian Filias, viviane.filiasus.af.mil and Sandy Guite at sandy.guiteus.af.mil or through DoD SAFE (Secure Access File Exchange) at https://safe.apps.mil.DoDSAFE requires a drop to be set up in advance. Please ensure any request for DoDSAFE is submitted at least 3 business days prior to bid close. Homestead ARB's system has a maximum file size limitation of 20MB for receipt of s from outside sources. If your offer package document/s are larger than 20MB TOTAL, you will need to submit using the DoDSAFE procedures. This is issued as a Request for Proposals (RFP). All responsible sources may submit a firm-fixed price (FFP) proposal package, which will be considered by the agency. Proposal packages must be submitted with ALL required forms/information identified in this and associated attachments to be considered for award. (iii) This document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-03, DPN 20250117 and DAFAC 2024-1016. (iv) THIS REQUIREMENT WILL BE: 100 SMALL BUSINESS . The North American Industry Classification System (NAICS) number for this acquisition is 236210 with a size standard of 45 million. (v) CLIN Nomenclature There will be one CLIN (CLIN 0001) on this contract, representing all work required as stated in Attachment 1 - Statement of Work (SOW) dated 4/24/2025.* *Offeror will be required to provide total price in Section B of - FA664825R0004 PDF Attachment AND completed Attachment 9 - ion Cost Estimate breakdown attachment and provide ALL detailed subcontracted quotes. (vi) Description of items to be acquired: The Air Force Reserve Command (AFRC), Homestead Air Reserve Base (HARB), FL has a requirement to Repair Aircraft Fire Training Facility at B218 on Homestead Air Reserve Base. The contractor shall furnish all labor, materials, equipment, and transportation to perform all work in accordance with the requirements specified in the attached Statement of Work (SOW) Dated: 24 April 2025. Additional information is included in the attachments to this . (vii) Period Of : Estimated POP is 180 Calendar Days after issuance of Notice to Proceed (NTP), however it is negotiable. (viii) Bid Guarantees ARE required for this requirement in accordance with Federal Acquisition Regulation (FAR) Provision 52.228-1 Bid Guarantee and should equal 20 of proposed total and must be submitted with proposal package. Failure to include a bid guarantee will result in proposal package being deemed unacceptable for award consideration IAW FAR 28.101-4(b) & (c). and bonds will be required in accordance with Federal Acquisition Regulation (FAR) Clauses 52.228-2, Additional Bond Security (> 35K); 52.228-14, Irrevocable Letter of Credit; and/or 52.228-15, and Bonds--ion. and Bonds will be due 10 days from award of the contract. (ix) The applicable wage rates for this project can be found attached to this attachment 11. The work will take place in Homestead, Miami-Dade County, FL. (x) Liquidated Damages have been determined by the Contracting Officer to be not needed for this project. (xi) In accordance with FAR 36.204(g) the estimated price range of this requirement is between 1,000,000. and 5,000,000. (xii) A for this project is deemed necessary and is scheduled for 16 May 2025. Attendance of the is STRONGLY encouraged. instructions will be sent via to confirmed attendees. Interested offerors MUST RSVP not later than 12 May 2025 5:00 PM EDT. Interested offerors will receive a time slot and a map with directions to the location. All interested offerors who wish to attend the are required to register by ing a completed base access request (Attachment 12) to Viviane Filias at viviane.filiasus.af.mil and Sandy Guite at sandy.guiteus.af.mil no later than 5:00pm EST Monday May 12, 2025. Should you desire to submit the form securely please a request for DoDSafe link and a link for submission will be sent. DOD Safe submission of completed base pass request must be received by 5:00pm EDT Monday May 12, 2025, to ensure timely submission and processing of base access for the . Late registration will not be allowed. There shall be no more than two (2) registered parties per contractor. On the date of the please plan to arrive 30 mins early to obtain visitors pass. Additional details will be ed to confirmed participants via . **EVEN IF YOU CAN ACCESS THE BASE (i.e. retired military ID) YOU MUST CONFIRM ATTENDANCE WITH THE CONTRACTING OFFICE** Please prepare and submit as many as possible in advance of attendance to the , as this will aid the Government in developing responses. The Government will summarize the and answers (Q&A) provided before and during the and post the Q&A summary to sam.gov by COB Thursday May 22, 2025. Requests for Information (RFIs) will be accepted at any time during the proposal preparation period; however, a HARD DEADLINE for receipt of RFI's has been schedule for 4:00PM EST 19 May 2025, any RFI's received after this time will not be answered. RFIs submitted before the deadline will receive a response from the Government no later than COB 22 May 2025. RFI Q&As will be summarized and provided to potential offerors via modification to the RFP request on Sam.gov. (xiii) Instructions to Offerors and Evaluation Criteria The Government will award a firm fixed priced contract resulting from this . Complete details for instruction to offerors can be found in Section L of the attached - FA664825R0004 PDF and for ease of reading in the separate Section L attachment 15. Complete details for Evaluation Criteria can be found in Section M of the attached - FA664825R0004 PDF and for ease of reading in the separate Section M attachment 16. (xiv) CLAUSES INCORPORATED BY REFERENCE It is the Offeror's responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html. For your convenience all applicable provisions and clauses are included in the attached - FA664825R0004 PDF. (xv) Defense Priorities and AlSystem (DPAS): N/A (xvi) Proposal Submission Information: Offers are due by 5 June 2025 at 1:00 PM Eastern Daylight Time (EDT). Offers must be sent to the Contracting Specialist, Viviane Filias, at viviane.filiasus.af.mil and Contracting Officer, Sandy Guite, at sandy.guiteus.af.mil prior to the closing date via electronic mail. ATTACHMENTS - FA664825R0004 Attachment 1 - SOW KYJM 18-9007 dated 24 April 2025 Attachment 2 - T.O. 35E1-2-13-1 Attachment 3 - UFC 3 230 02 Attachment 4 - UFC 3 250 01 Attachment 5 - UFC 3 250 03 Attachment 6 - UFGS 07 14 00, 07 92 00, 22 15 13.16 40, 33 11 00 Attachment 7 - KYJM 18-9007 Drawings Attachment 8 - AF-66 Schedule of Material Submittals Attachment 9 - ion Cost Estimate Breakdown Attachment 10 - Template AF IMT 3064 Progress Schedule Attachment 11 - DBA Wage Determination FL20250215 dated 4-11-25 Attachment 12 - Blank Base Access Request Form Attachment 13 - Past Fact Sheet - Fire trainer (Offeror) Attachment 14 - Past Questionnaire The contractor shall begin within 10 calendar days and complete it within 180 calendar days To assist you in preparing your response and expediting your reply, the questionnaire may be filled out electronically and ed to viviane.filiasus.af.mil and sandy.guiteus.af.mil. Your completed questionnaire will become a part of the official Source Selection records *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.
Post-Bid
Military
$5,000,000.00
Public - Federal
Renovation
Trades Specified
Division 00 - Lorem Ipsum
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
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
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.
June 26, 2025
August 25, 2025
29050 Coral Sea Blvd, Homestead, FL
Related To This Project
Homestead, FL
Bid Date: Jun 25 2025
Homestead, FL
Bid Date: Jun 23 2025
Homestead, FL
Bid Date: Jun 12 2025
Homestead, FL
--
Homestead, FL
Bid Date: Aug 06 2025
Homestead, FL
--
Homestead, FL
Bid Date: Jul 02 2025
Homestead, FL
Bid Date: Aug 19 2025
Homestead, FL
--
Homestead, FL
--
Homestead, FL
--
Homestead, FL
Bid Date: Apr 22 2025
Homestead, FL
Bid Date: May 08 2025
Homestead, FL
Bid Date: Apr 02 2025
Preview Active Commercial Construction Projects Like This One
Get preview access now—no credit card required.
