BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published August 19, 2025 at 8:00 PM

Updated August 20, 2025

Renovation of a military facility in Tulsa, Oklahoma. Completed plans call for the renovation of a military facility.

Tulsa Air National Guard Base, Tulsa Oklahoma Is Soliciting For A Project To Partially Enclose An Iron Lean-to Structure, Install Fencing And Gates, Curb Removal, Bollard Installation, And Concrete Repair, Installation Of An Overhead And Personnel Doors, And Installation Of Electrical, Lights, And Outlets. W50S8U25BA0120001 SCOPE OF WORK CLIN 0001 - Partial Enclosure of Red Iron Lean-to CLIN 0001 outlines the requirements for the partial enclosure of an approximate 44 feet wide x 55 feet length x 20 feet height portion of an existing red iron, covered storage area. The objective is to provide three weather-resistant, enclosed sides to the structure, specifically the North, South, and West sides. The East side will remain open. 1. Structural Steel Support/Bracing: a. The contractor shall install all necessary steel support framing and bracing to ensure all new wall panels will be securely supported and fastened to the structure. i. Only the North, South, and West sides will require additional support as the East side will remain open. b. The new structural members shall be integrated seamlessly with the existing structure, maintaining structural integrity against wind and weather elements. i. Securely anchored to both the existing red iron structure and the concrete foundation. c. Existing horizontal beams are connected to vertical support columns via welded brackets. The contractor shall also weld new members or propose a structurally equivalent alternative for connections. d. All existing damaged structural members shall be repaired and/or replaced where applicable. Any repairs or replacements must be approved by the government representative prior to commencement. 2. Metal Side Panels. a. Contractor shall enclose the North, South, and West sides of the covered storage area with corrugated metal side paneling. i. Metal paneling shall be corrugated steel and a minimum of 26-gauge. ii. Metal side paneling color shall closely match existing B329 siding. 1. Contractor shall submit samples to government for approval prior to installation. b. Sheet metal corners shall be neatly and securely attached, providing a weather-tight seal. i. Corners shall be fabricated from the same material and color as the side panels and shall be designed to overlap the edges of the side panels to create a continuous, sealed corner. c. Metal side paneling shall be installed with a minimum overlap of one corrugation at all seams. All seams and overlaps shall be sealed with a high quality, exterior-grade sealant to prevent water penetration. d. The metal paneling shall be installed in a manner that provides a clean and professional appearance, with all cuts being straight and all fasteners neatly aligned. e. Ensure weather-resistant seal is applied around all potential penetration points through the metal side paneling, including around fasteners and any other openings/penetrations. f. All fasteners shall be corrosion-resistant self-tapping screws equipped with neoprene washers and designed to prevent leaks. 3. Roof Connection to Wall Panels: a. Contractor shall ensure a weather-tight connection between the new wall panels and the existing roof system. The transition shall be installed to prevent water infiltration and maintain structural integrity of both the wall panels and the existing roof system. b. All necessary flashing, waterproof sealants, and any additional bracing to ensure the roof and walls are integrated to prevent water infiltration shall be used where necessary. c. All flashing, sealants, and bracing materials used must be compatible with both the metal panels and the existing roof materials to ensure long-term durability. 4. Sealing the Base: a. Ensure the base of the metal panels is sealed properly to prevent water and pest intrusion. The sealing method shall create a continuous, weather tight barrier between the metal panels and the concrete foundation. i. Method for sealing the base perimeter shall be submitted and approved by government representative prior to installation. CLIN 0002 - Fencing and Gates Installation CLIN 0002 includes the removal, relocation, and installation of chain-link fencing and two entrance gates to ensure a secure perimeter of the new storage area, while also allowing for vehicle access as shown in the attached drawing(s). 1. Fence Removal a. Contractor shall dismantle and remove the specified existing fence section(s). b. Contractors may reuse dismantled fencing materials if deemed adequate by the government. c. All fencing sections not fit to be reused shall be disposed of off-site. d. All work involving the dismantling, relocation, or installation of fencing within the flightline area requires prior coordination with the CE representative and security forces. 2. Fence Installation a. Contactor shall install chain-link fencing, ensuring proper enclosure of the area. i. Fence posts shall be anchored in concrete a minimum of 2 feet below surface. 1. Surrounding concrete shall be repaired to match existing after installation. ii. Fencing shall be installed plumb and level, with consistent tension on the chain-link material. b. Ensure all new fencing materials match the existing fence in material, appearance, and quality. i. Install 7-foot-chain-link height ii. Install 3 strands of barbed wired along the top 1. Match existing ii. Install 3 strands of barbed wired along the top 1. Match existing 3. Vehicle Entrance Gate a. Contractor shall install two double swing vehicle gates at the specified locations to allow vehicle access to the new storage area. i. The gate shall include heavy-duty hinges, latches, and drop rods. ii. The gate shall include a center drop rod to secure the gate in the closed position. b. The gates shall measure 20 feet wide by 7 feet high. c. The gates shall be chain-link, matching existing fencing style. d. The gates shall include three strands of barbed wire along the top, matching existing fencing. e. Install fencing on each side of the gate to connect to the nearest existing fence or structure, ensuring a fully enclosed area. The fencing shall be installed in a straight line and shall be securely attached to the gate posts and the existing fence or structure. i. Fencing to match previously mentioned specifications. CLIN 0003 - Fence and Gate Installation, B025 CLIN 0003 outlines the requirements for the installation of a vehicle access gate and chain-link fence to enclose the vehicle yard of B025. 1. Gate Installation: a. The contractor shall install a 20 feet wide, chain-link, double-swing gate to provide vehicle access to the vehicle yard. b. The gate shall match existing entrance gate height, appearance and material. c. The gate shall include heavy-duty hinges, latches, and drop rods to ensure secure operation in both open and closed positions. i. Include three strands of barbed wire along top, where applicable. 2. Fence Installation: a. The contractor shall install chain-link fencing from the ends of the gate to the termination point at the nearest existing fence or structure. b. Contractor shall field verify existing dimensions of B025 perimeter fence and match the height dimension for the new fence. c. The fence shall match the existing fencing in style and material. i. Include three strands of barbed wire along top, where applicable. d. Refer to CLIN 0002 for additional specifications on fencing. CLIN 0004 - Curb Removal, Bollard Installation, and Concrete Repair CLIN 0004 covers the removal of an existing concrete curb, installation of surface-mounted bollards for protection of electrical equipment, and the repair of disturbed concrete to match the surrounding area. 1. Curb Demolition a. Contractor to remove the existing concrete curb. i. All demolished concrete shall be disposed of off-site. ii. Concrete curb is approximately 25 linear feet in length. 2. Concrete Repair a. Contractor to repair the area where concrete curb was removed, ensuring a smooth, level surface matching the existing concrete. i. Contractor shall sawcut around the outside of damaged concrete, remove, and replace concrete section. 1. The new concrete shall be finished to match existing. 3. Bollards a. Contractor shall install surface-mounted bollards at specified locations to protect existing electrical equipment. The exact bollard locations shall be approved by government prior to installation. i. Bollard Dimensions: the bollards shall have a minimum diameter of 4.5 inches and a height of 36 inches. ii. Bollard Material: Bollards shall be made of steel and coated yellow for visibility. iii. Bollard Spacing: A total of three bollards shall be installed. 1. The bollards shall be offset a minimum of 4 feet from the existing electrical equipment to ensure adequate working clearance. a. Contractor to verify electrical equipment is still accessible for future maintenance. CLIN 0005 - East Side Paneling, Overhead Door, Personnel Door Addition CLIN 0005 includes the full enclosure of the East side of the red iron structure described in CLIN 0001. This includes the installation of structural supports/framing for metal side paneling, a manual pull-chain overhead garage door, and a personnel door. 1. Structural Steel Supports/Framing a. The contractor shall install all necessary steel framing and bracing to support the personnel door, overhead door, and metal side paneling. i. All connections shall be welded or bolted in accordance with industry best practices to ensure structural integrity. b. Refer to CLIN 0001 for additional structural requirements and specifications for framing, supports, and weather proofing. 2. Overhead Door a. Contractor shall install an overhead roll-up door with the following specifications: i. Door Size: 16 feet wide by 16 feet height ii. Door Material: galvanized steel, minimum 26 Gauge iii. Operation: Manual pull/hoist chain 1. Pull chain shall be of sufficient length to allow for ground level operation. iv. Hardware: Include all necessary hardware, such as rails, tracks, springs, and locking mechanisms. b. The overhead door shall be equipped with weather stripping around the perimeter to prevent water and pest intrusion. c. The overhead door shall be properly balanced/calibrated so as not to require excessive force to open or close. d. Door shall be installed in accordance with manufacturer's recommendation. 3. Personnel Door a. The contractor shall install a personnel door and frame with the following specifications: i. Door Size: 3 foot wide by 7 foot height ii. Door Material: Steel, Minimum 20 Gauge iii. Door Type: Hollow metal iv. Hardware to be brushed nickel finish v. Door shall be weatherproof and equipped with a sweep or weatherstripping. v. Door shall be weatherproof and equipped with a sweep or weatherstripping. vi. All hardware and cylinders to be compatible with Tulsa ANG Best System 4. Metal Side Paneling a. Contractor shall install metal side paneling per the specifications outlined in CLIN 0001. 5. Sealing the Base: a. Ensure the base of the metal panels is sealed properly to prevent water and pest intrusion. The sealing method shall create a continuous, weather tight barrier between the metal panels and the concrete foundation. i. Method for sealing the base perimeter shall be submitted and approved by government representative prior to installation. CLIN 0006 - Building Electric, Lights, and Outlets CLIN 0006 outlines the contractor's requirements for providing electrical power, lighting, switches, and outlets, for the newly enclosed lean-to structure (B343). All work shall be performed in accordance with the National Electrical Code (NEC) and all applicable federal, state, and local codes and regulations. 1. Electrical Power a. The contractor shall source electrical power from existing service at B344, located East of B343. b. The electrical service in B344 is 225A, three-phase, 208Y/120V. i. The contractor shall verify these specifications prior to commencing work. c. The contractor shall install a new breaker in building 344's electrical panel to supply power to B343. i. The breaker shall be sized to protect a 60A feeder circuit to the new panel. d. The contractor shall run the new electrical service from B344 to B343 via a surface-mounted conduit run. The conduit shall penetrate the side wall of B344, run along the new fence line, and then penetrate the sidewall of B343 to connect to the new electrical panel. i. The contractor shall ensure a proper, weather-tight seal at all conduit penetrations through the walls of B344 and B343 to prevent water and pest intrusion. ii. The exterior conduit shall be suitable for outdoor use and shall be securely fastened to the fence line. e. The contractor shall install a surface-mounted, 60A, 12-circuit electrical panel inside B343. i. The panel shall be properly grounded and bonded in accordance with the NEC. ii. The contractor shall provide a complete circuit directory for the panel. iii. All wiring shall be surface mounted and ran in emt conduit. iv. The panel shall include a main disconnect breaker/switch. 2. Lights a. The contractor shall install six LED high-bay interior lighting fixtures in B343 to provide adequate illumination for a general storage area. i. The light fixtures shall be evenly distributed throughout the bay. ii. Fixtures shall be surface mounted and wiring shall be ran in emt conduit. 3. Outlets a. The contractor shall install four duplex electrical outlets in B343, one on each side of the walls. b. The outlets shall be 20A, 120V, grounded and shall be installed at a height of 18 inches above floor. i. Outlets shall be surface mounted, and wiring shall be run in EMT conduit ii. Outlets shall be GFCI protected 4. Switches a. The contractor shall install one (1) light switch to control the interior lighting fixtures. i. Switch shall be surface mounted, and wiring shall be run in RMT conduit. CLIN 0007 - Partial East Side Wall CLIN 0007 outlines the requirements for the installation of metal side panels to mimic the extension of fascia to aid in rain and sunlight mitigation on the East side of the partially enclosed structure as described in CLIN 0001. 1. Structural Steel a. The contractor shall install all necessary red-iron support framing and bracing to ensure all new panels will be securely supported and fastened to the structure. b. Vertical structural members shall be installed. c. Horizontal structural members shall be installed. i. Approximately 6' below eave height. 2. Metal Side Panels a. The contractor shall install corrugated metal side paneling to cover approximately 6' below the eave height. b. Refer to CLIN 0001 for additional requirements and specifications for the installation of metal side panels. 3. Roof Connection to Wall Panels: a. Contractor shall ensure a weather-tight connection between the new wall panels and the existing roof system. The transition shall be installed to prevent water infiltration and maintain structural integrity of both the wall panels and the existing roof system. b. All necessary flashing, waterproof sealants, and any additional bracing to ensure the roof and walls are integrated to prevent water infiltration shall be used where necessary. c. All flashing, sealants, and bracing materials used must be compatible with both the metal panels and the existing roof materials to ensure long-term durability. W50S8U25BA012-LRS_CRITICAL_STORAGE-Solicitation 138th Fighter Wing LRS Critical Storage Facility Construction NAICS Code: 236210 - Commercial and Institutional Building Construction The Oklahoma National Guard intends to issue an Invitation for Bids to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the Construction of Logistical Readiness Critical Storage Area, to include partial enclosure of an existing metal lean-to structure, installation of one overhead and one personnel doors on the same structure, fencing and gate installation, curb removal, bollard installation, and concrete repair, and the installation of electrical lights and power outlets to the structure located at the Tulsa Air National Guard Base, Tulsa International Airport, Oklahoma. The contract duration will be 120 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for (Small Businesses, HUBZone, etc.). The North American Industry Classification System (NAICS) Code is 236210, with a small business size standard of $45,000,000. The magnitude of construction is between $25,000 and $150,000. The date for the pre-bid conference is on 10 July, 10:00AM local time, location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. There will be no other organized site visit established nor will one-one appointments be authorized therefore attendance is highly encouraged. All questions for the pre-bid conference must be submitted by 09 July 2025 via email to 138.fw.msc@us.af.mil. The bid opening date is tentatively planned for on- or about 18 August 2025. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov. Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states "By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded". In accordance with FAR 36.211(b), the following information is provided: (1) The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. (2) Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available but will be compiled and provided in future announcements. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. PROJECT TITLE: LRS CRITICAL STORAGE PROJECT LOCATION: TULSA ANGB, TULSA, OK LRS CRITICAL STORAGE TULSA AIR NATIONAL GUARD BASE, TULSA OKLAHOMA IS SOLICITING FOR A PROJECT TO PARTIALLY ENCLOSE AN IRON LEAN-TO STRUCTURE, INSTALL FENCING AND GATES, CURB REMOVAL, BOLLARD INSTALLATION, AND CONCRETE REPAIR, INSTALLATION OF AN OVERHEAD AND PERSONNEL DOORS, AND INSTALLATION OF ELECTRICAL, LIGHTS, AND OUTLETS. THIS PROJECT IS BEING SET ASIDE 100% FOR SMALL BUSINESSES. THE NORTH AMERICAN INDUSTRY CLASSIFICATION (NAICS) CODE IS 236210, WITH A SIZE STANDARD OF $45,000,000.00. THE MAGNITUDE IS BETWEEN $5,000,000 AND $10,000,000 IAW FAR 36.204(F). PERSONS WHO INTEND TO BID ARE STRONGLY ENCOURAGED TO ATTEND THE PRE-BID CONFERENCE. *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

$150,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

5

Subscribe For Documents

9 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
138
Active Projects
67
Bidding Soon
1,018
All Active Projects
0
Updated Recently

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.

August 18, 2025

September 17, 2025

Project location map

Tulsa Angb,, Tulsa, OK


Recently Viewed

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.