Initial Site Visit for WWYK200131 - Repair Chilled Water System, Bldg. 2280
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 is conducting a Special Notice for a mandatory initial site visit for the Repair of the Chilled Water System at Building 2280, Tinker Air Force Base, Oklahoma. This is a Total Small Business Set-Aside construction-only contract with an estimated value of more than $10,000,000. The procurement will follow a Two-Step Sealed Bidding procedure.
Opportunity Overview
This requirement involves furnishing all materials, labor, tools, and equipment necessary to repair the chilled water system at B2280. The contractor will be responsible for identifying all logistical, architectural, and structural work elements to ensure a complete, fully operating system. Field verification of government-provided information (floor plans, utilities) is required. Work will occur in airfield operations areas, necessitating FOD awareness training. No Controlled Unclassified Information (CUI) is involved.
Contract Details
- Contract Type: Firm Fixed Price (FFP) under a Two-Step Sealed Bidding procedure (FAR 52.214-25).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45M size standard.
- Estimated Magnitude: More than $10,000,000.
- Period of Performance: 440 calendar days after receipt of Notice to Proceed (NTP).
- Place of Performance: Tinker Air Force Base, Oklahoma.
Mandatory Site Visit & Eligibility
Attendance at the initial site visit is mandatory to be considered responsive. The site visit is scheduled for April 10th, 2026, at 10:00 A.M., meeting outside the airfield walk gate just north of Bldg. 2280. The RSVP deadline for the site visit was March 30th, 2026, at 11:59 PM CST, and has passed. Contractors who RSVP'd will receive specific meeting details and contract documents not uploaded to SAM.gov. An Entry Authorization List (EAL) spreadsheet must be completed for base access.
Submission & Evaluation
This is a Two-Step Sealed Bidding process:
- Step One: Submission and evaluation of technical-only proposals. Technical proposals will be evaluated on Capability and Management and Schedule and Planning. Proposals must receive an "Acceptable" rating in all subfactors to proceed. Price is not considered in Step One.
- Step Two: Submission of sealed priced bids from technically acceptable offerors. Award will be made to the responsible bidder with the lowest evaluated price. Pricing will be assessed for reasonableness, balance, and realism.
Key Requirements & Special Conditions
- Personnel: Requires a Project Manager (10+ years experience), Quality Control Manager, Site Safety and Health Officer, and Project Superintendent (5+ years construction experience). All personnel require appropriate identification and base access.
- Quality Control: Contractor must establish an inspection system, deficiency prevention methods, and maintain inspection files.
- Health & Safety: Adherence to OSHA VPP, emergency procedures, mishap reporting, and bioenvironmental regulations (e.g., lead-based paint, confined spaces).
- Access: Work in controlled/restricted areas and airfield operations requires specific badges, escorts, and pre-coordination.
- Documentation: Strict adherence to file naming conventions and submission requirements for proposals, RFIs, submittals, schedules, and record drawings.
- Environmental: Lead-based paint concerns identified; removal by trained workers required. Affirmative procurement of EPA-designated and USDA-designated biobased items.
Contact Information
- Primary: Sharla Flowers (sharla.flowers_brandon.1@us.af.mil)
- Secondary: Michael Johnson (michael.johnson.404@us.af.mil, 405-620-2913)