Search Contract Opportunities

Repair Aircraft Fire Training Facility Homestead Air Reserve Base (HARB) FL   2

ID: KYJM18-9007 • Type: Presolicitation

Description

This is a Pre-Solicitation Notice. This notice does NOT constitute a request for proposal (RFP), request for quote (RFQ) or invitation for bid (IFB).

The estimated issue date for the solicitation is on or after 7 May 2025, with the solicitation closing approximately 30 days thereafter. It will be issued electronically at the Sam website https://sam.gov. Homestead Air Reserve Base (HARB) has a requirement for the repair of the Fire Training Facility at Building 218. The contractor shall furnish all plant, labor, parts, materials, equipment, transportation and supervision required to complete the following construction project. IAW Operation and Maintenance Instruction TO 35E1-2-13-1 Aircraft Training Facility, selected contractor will need to meet AFCEC/CXF certification and licensing qualifications to perform the repair work called for under this requirement.

Service Description:

Repair various components of the aircraft live fire system at the fire training facility, Building 218. Repairs include replacement of propane, water, and nitrogen/compressed air piping, fittings, valves, gauges, and igniters. Replace deformed engine and cockpit console structural steel in the aircraft mockup and make other modifications in the mock-up hull to reduce inadvertent re-ignitions. Replace various components in the control/safety tower including valves, controls, light fixtures, control cabinetry, and roof. Replace various components in or adjacent to the water conservation pond including pump discharge piping and overflow dispersion piping.

Place of Performance:

Work will be performed at the Homestead Air Reserve Base in Homestead, Miami-Dade County, FL.

Estimated Period of Performance:

Performance time is 180-calendar days from issuance of notice to proceed (NTP).

Additional Acquisition Details:

A single Firm-Fixed-Price (FFP) construction contract will be awarded.

This solicitation is anticipated to be a 100% Competitive SB Set-Aside (SBSA).

The total estimated magnitude of construction is between $1,000,000.00 and $5,000,000.00.

The NAICS code is 236210 and the Small Business Size Standard is $45M dollars.

Electronic bid submissions will not be accepted or returned from this presolicitation notice.

Bid, Payment and Performance Bonds will be required.

Liquidated damages will not be required in forthcoming solicitation and proposed contract.

All applicable provisions and clauses will be included in the solicitation, as required.

Prime contractors, subcontractors and/or suppliers may attend future site visit(s). Details corresponding to

the visit will be provided in the solicitation.

The complete solicitation will only be available electronically at https://sam.gov. Therefore, no paper/ hard copy files will be provided. It is the contractor's responsibility to download the RFP documents and monitor the website for possible amendments, changes or updates.

Contractors must be actively registered in the System for Award Management (SAM) platform at https://www.sam.gov and have their online representations and certifications completed. Failure to register in the database will render the contractor ineligible for the award.

Offerors must also be actively registered in Wide Area Workflow (WAWF) located at https://wawf.eb.mil.

Offerors must also be compliant with NIST SP 800-171r2, IAW DAFFARS 252.204-7019, DAFFARS 252.204-7012, & DAFFARS 252.204-7020 have a summary level score of 110 within the last 3 years. Failure to meet NIST compliance requirements will render the contractor ineligible for the award.

This notice does not obligate the government to award a contract, nor does it obligate the government to pay and/or reimburse respondents or their associates for any costs incurred to submit the requested information or a proposal. Responses to this notice and/or the Request for Proposals will not be returned. Any questions relating to this solicitation must be submitted in writing to the contracting office. No verbal communications are authorized.

Overview

Response Deadline
May 9, 2025, 2:00 p.m. EDT Past Due
Posted
April 25, 2025, 6:14 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Homestead, FL 33039 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
Odds of Award
68%
On 4/25/25 Reserve Command issued Presolicitation KYJM18-9007 for Repair Aircraft Fire Training Facility Homestead Air Reserve Base (HARB) FL due 5/9/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236210 (SBA Size Standard $45 Million) and PSC Y1EZ.
Primary Contact
Name
Sandy Guite   Profile
Phone
(786) 415-7406

Secondary Contact

Name
Viviane Filias   Profile
Phone
None

Documents

Posted documents for Presolicitation KYJM18-9007

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation KYJM18-9007

Incumbent or Similar Awards

Contracts Similar to Presolicitation KYJM18-9007

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation KYJM18-9007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation KYJM18-9007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFRC > FA6648 482 LSS LGC
FPDS Organization Code
5700-FA6648
Source Organization Code
100213668
Last Updated
May 24, 2025
Last Updated By
sandy.guite@us.af.mil
Archive Date
May 24, 2025