Travis AFB MACC BOA
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 soliciting applications for a Multiple Award Construction Contract (MACC) Basic Ordering Agreement (BOA) to fulfill construction requirements at Travis Air Force Base, CA. This Total Small Business Set-Aside aims to establish two pools of qualified contractors: Pool 1 for minor, non-complex construction and Pool 2 for major, design-build requirements. Applications for both pools are due by May 15, 2030, at 14:30 PST.
Purpose & Scope
This opportunity seeks to create a robust pool of vendors for future construction projects at Travis AFB. The BOA is not a typical source selection but an agreement to streamline the ordering of construction services via competitive task orders. There is no guarantee of work or minimum amount.
- Pool 1: Minor Construction – For non-complex construction projects that do not include design.
- Pool 2: Major Construction – For more complex requirements that necessitate design-build capabilities.
Application Requirements
Applicants must submit a single PDF package using Attachment 4 - Application. Key components include:
- Active SAM.gov Registration is mandatory.
- Cover Letter using the template in Attachment 4.
- Past Performance Questionnaire (PPQ): Three multi-disciplinary construction projects completed within the last three years with DoD or other federal agencies. Experience on military bases within the last five years is preferred. CPARS or other performance reports may be submitted as supporting documentation.
- Bonding Capability Letter: Proof of maximum bonding capacity (aggregate and single).
- For Pool 2 (Major Construction) only: SF-330 Architect-Engineer Qualifications (Attachment 7) with separate Section E for Architectural, Civil, Mechanical, and Electrical disciplines. Environmental Engineering is not a mandatory discipline for a "Pass" rating.
Evaluation Factors
Applications will be evaluated based on:
- Compliance Review/SAM Registration
- Past Performance (relevancy, recency, quality, multi-disciplinary experience, military base experience)
- Bonding Capacity
- Architect/Engineer Qualifications (for Pool 2) All factors are considered of equal importance.
Contract Details
- Contract Type: Solicitation for a Basic Ordering Agreement (BOA).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: Z1EZ (Maintenance Of Other Industrial Buildings).
- Place of Performance: Travis Air Force Base, CA.
- Bonding: Required for task orders exceeding $150,000.
Key Dates
- Applications Due: May 15, 2030, at 14:30 PST.
- Latest Amendment Published: March 17, 2026.
Anticipated Orders
Several synopses have been released, indicating potential future task orders under these BOAs. Examples include:
- Pool 2: Repair Skymaster Drive ($1-5M), Construct Egress Road ($5-10M), Restripe 900 Ramp ($1-5M), Pavement Maintenance Plan ($250-500K), Repair AAFES Gas Stations ($250-500K).
- Pool 1: B380A Chiller Replacement, B383 Boiler Replacement, B859 Carpet Replacement/Paint/Windows ($250-500K), B381 Server Room AC Replacement ($25-100K), B4 Sewer & Manhole Relining ($25-100K), B878 Split System Replacement Ph2 ($25-100K), Storefront Door Package ($100-250K).
Contact Information
- Primary: Phillip Manwaring (phillip.manwaring@us.af.mil, 707-424-7769)
- Secondary: Christina Johnson (christina.johnson.32@us.af.mil, 707-424-7749)