Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2026 SAM #8861
SOLICITATION NOTICE

Y -- Lightning Protection System, Area 8500, Tyndall AFB, Fl

Notice Date
2/27/2026 12:16:38 PM
 
Notice Type
Presolicitation
 
Contracting Office
FA4819 325 CONS PKP TYNDALL AFB FL 32403 USA
 
ZIP Code
32403
 
Solicitation Number
FA4819-26-R-JC01
 
Archive Date
02/27/2027
 
Point of Contact
Jeffery Campbell, Phone: 850-283-8610
 
E-Mail Address
jeffery.campbell.1@us.af.mil
(jeffery.campbell.1@us.af.mil)
 
Small Business Set-Aside
EDWOSBSS SBA Certified Economically Disadvantaged WOSB (EDWOSB) Program Sole Source (FAR 19.15)
 
Description
This is the official synopsis for the Lightning Protection System, Area 8500 contract at Tyndall Air Force Base, FL. This will be a single award, firm-fixed price contract.The Contractor shall be responsible for all professional services, permits, equipment, labor, tools, materials, and ancillary items necessary to complete the tasks defined by the Statement of Work (SOW). The performed tasks shall be based on the project description, other data furnished in SOW, and information covered during a pre-construction/criteria review meeting to be held prior to Contractor mobilization. The SOW sets forth the requirements for a Request for Proposal (RFP) contract site specific demolition of 3 buildings/facilities located on Tyndall AFB, Florida. The Contractor shall adhere to the following guidance during construction phase(s) of this project: Unified Facilities Criteria (UFC) 3-250-01, UFC 3-250-03, UFC 3-600-01, United States Army Corps of Engineers, Uniform Building Code (UBC), those sections of the Southern Standard Building Codes not incorporated in the UBC/International Building Code (IBC) for our respective area, Air Force Standards, Department of Defense (DOD) Directives, Florida State Statutes, Florida Department of Transportation (FDOT), the Tyndall AFB Facility Excellence Plan (Base Regulations), National Electric Code (NEC), Occupational Safety and Health Administration (OSHA) Requirements, Department of Environmental Protection (DEP) Regulations, Environmental Protection Agency (EPA) Regulations, and any related Americans with Disabilities Act (ADA) Compliance Requirements. If there is a conflict between these codes, regulations and specifications, the most stringent requirements shall apply at all times. Documents listed by and/or provided by the Government are for reference only and do not relieve the Contractor from adherence with applicable codes not specifically addressed. The contractor shall also perform the required services in accordance with the SOW, applicable Construction Wage Rate, and all other contract terms and conditions.All work shall be accomplished in accordance with contract documents and most recent Federal and State regulations. The North American Industry Classification System (NAICS) code 238290, will apply to this acquisition. The size standard for this NAICS code is $22.0M. This requirement is being solicited as a 100% Economically Disadvantaged Woman Owned Small Business set aside. In accordance with FAR 36.204(g), the magnitude for this project is between $1,000,000 and $5,000,000.The period of performance is for 240 calendar days total after notice to proceed. All work shall be in strict compliance with the specifications of the contract.The successful offeror will be selected using Trade-Off source selection procedure. It is anticipated that the solicitation will be issued electronically, using the PIEE Solicitation Module on or about 16 March 2026. Paper copies will not be available. Once the solicitation is posted, interested parties are advised to review this site frequently for any updates and/or amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation and all attachments: Microsoft Word (.doc), Microsoft Excel (.xlsx), Adobe Acrobat Reader (.pdf) and WinZip (.zip or .exe).The government intends to hold a site visit. The exact date and time will be identified in the solicitation. The entire RFP will be made available only on the PIEE Solicitation module. Potential offerors are responsible for monitoring this site for the release of this document and subsequent amendments. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). If necessary, register via the SAM website www.sam.gov. Interested contractors are encouraged to submit their contact information by registering as an interested vendor.Any questions regarding this notice should be directed to the 325th Contracting Construction Flight at jeffery.campbell.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d4f6b4e4b9a047ecb91b3fa5c8bc7d76/view)
 
Place of Performance
Address: 32403
Zip Code: 32403
 
Record
SN07729509-F 20260301/260227230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.