REPAIR, RENOVATE PMEL
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, Space Launch Delta 45, is soliciting proposals for a Firm-Fixed-Price Construction Contract to Repair and Renovate the Precision Measurement Equipment Laboratory (PMEL), Building 981, at Patrick Space Force Base, FL. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by April 1, 2026.
Scope of Work
The project requires providing all labor, equipment, and materials to repair and construct the PMEL facility to meet Air Force Criteria for PMEL Design and Construction (FC 4-218-01F). Key tasks include replacing all air handling units (AHU) and associated control systems identified by design analysis, and establishing HVAC Emergency Shut-off per UFC 4-010-01 DoD Minimum Antiterrorism Standards. All work must comply with State of Florida Building Codes and Wing Facility Excellence guidelines.
Contract Details & Timeline
This is a Firm-Fixed-Price Construction Contract. The Period of Performance is 365 calendar days, commencing 10 days after the Notice to Proceed (NTP), which will be issued within 30 days of award. Funds are not presently available, and the Government's obligation is contingent upon the availability of appropriated funds. The Government reserves the right to cancel the solicitation.
Key Requirements & Clarifications
Bidders must adhere to specific technical specifications, including compliance with various industry standards. Clarifications from the Questions and Answers document include: temporary HVAC for non-operational AHUs, maintaining Fire Alarm Control Panel (FACP) operational status, flexibility in control system brands (provided they meet communication/cybersecurity protocols), NEMA 3R enclosures for Variable Frequency Drives (VFDs), and a warranty period starting upon entire project completion. Contractors must also complete a Hazardous Waste Generation form if applicable, and an SDVOSB Self-Performance Certification Worksheet demonstrating at least 25% self-performance (excluding materials). Compliance with the Green Purchasing Program (EPA-designated items) and a no Class I Ozone Depleting Substances requirement are also noted. Liquidated damages will apply for project delays.
Submission & Evaluation
This is a Solicitation for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered in SAM.gov. A pre-bid site visit was held on February 10, 2026. The final bid due date is April 1, 2026, with bid opening on the same day. Offerors must acknowledge all amendments.
Points of Contact
- Contracting Officer: Abigail Lynagh (abigail.lynagh@spaceforce.mil, 321-494-1913)
- Contract Specialist: Ricardo Diaz (ricardo.diaz.14@spaceforce.mil, 321-484-4449)
- Point of Contact: Frank Gillen (frank.gillen@spaceforce.mil, 321-494-3542)