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, specifically Space Launch Delta 45, is soliciting bids for the Repair and Renovation of the Precision Measurement Equipment Laboratory (PMEL) in Building 981 at Patrick Space Force Base, FL. This is a Firm-Fixed-Price Construction Contract set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves significant HVAC and electrical upgrades to meet Air Force criteria. Bids are due by April 1, 2026.
Scope of Work
The contractor will provide all labor, equipment, and materials to repair and construct the PMEL facility, ensuring it meets 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, 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 & 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.
- Contract Type: Firm-Fixed-Price Construction
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Bid Due Date: April 1, 2026, at 2:30 PM Z
- Published Date: March 23, 2026 (latest opportunity publication)
Key Requirements & Clarifications
The solicitation includes detailed technical specifications and drawings. Important clarifications from the Q&A document indicate that temporary HVAC is required for non-operational AHUs, the Fire Alarm Control Panel (FACP) must remain operational, and while Automated Logic Corporation (ALC) is a preferred control system vendor, other brands are acceptable if they meet communication protocol and cybersecurity requirements. The warranty period for the project begins upon entire project completion. Existing electrical panels identified in drawings are to be replaced. Bidders must also comply with Green Purchasing Program requirements, Davis-Bacon Act wage rates, and submit a Hazardous Waste Generation form if applicable. A Self-Performance Certification Worksheet is required to ensure at least 25% of the work (excluding materials) is performed by the prime or similarly situated entities.
Submission & Eligibility
This opportunity is a Solicitation for SDVOSB firms. Potential bidders must be registered in the System for Award Management (SAM). Funds are not presently available for this project, and the Government's obligation is contingent upon fund availability. The Government reserves the right to cancel the solicitation.
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)