CONTRACTING OFFICE ADDRESS
Department of the Air Force, Headquarters (HQ) Air Force Reserves Command (AFRC)/PK, Robins Air Force Base – 741 Lakeside Dr, Warner Robins, Georgia 31098.
POINT OF CONTACT
Submit Responses to:
Ms. Biannica Glay at biannica.glay@us.af.mil, AND
Mr. Craig Keelen at craig.keelen@us.af.mil
All responses shall be submitted no later than Tuesday, 17 February 2026 by 2:00 pm EST.
REQUIREMENT DESCRIPTION
This is a Request for Information (RFI), NOT a Request for Quote (RFQ) or Request for Proposal (RFP). This RFI will be utilized for market research purposes ONLY, in order to assist with the planning and potential procurement of a Multiple Award Task Order Contract (MATOC) for general construction projects across the continental United States.
The information provided in the RFI is subject to change and is not binding on the Government. Responses to these notices are not offers and cannot/will not be accepted by the Government to form a binding contract. All submissions become Government property and will not be returned.
DRAFT SCOPE
General Scope: The overall scope includes the execution of general construction projects, which may involve new construction, alteration, renovation, demolition, and repair of real property and infrastructure.
Potential Types of Work: The following list is representative of the types of work that may be ordered under this contract but is not exhaustive. The Government reserves the right to order other construction services not explicitly listed that fall within the general scope of this PWS.
- Facility Repair and Renovation: Interior and exterior alterations, including carpentry, drywall, flooring, and finishing work.
- Roofing Systems: Repair, replacement, and maintenance of various roofing systems.
- Mechanical Systems: Repair and replacement-in-kind of Heating, Ventilation, and Air Conditioning (HVAC) components and systems.
- Electrical and Plumbing Systems: Upgrades, repair, and maintenance of interior and exterior systems.
- Painting and Coatings: Application of interior/exterior paint and protective coatings.
- Horizontal Construction: Paving and repair of roads, parking lots, and sidewalks; application of pavement markings and striping.
- Airfield Maintenance: Specialized airfield work, including runway/taxiway rubber removal and minor pavement repairs.
- Site Work and Demolition: Including excavation, grading, drainage, and demolition of facilities.
PERFORMANCE LOCATIONS (not all inclusive)
- Grissom, Indiana
- March, California
- Niagara, New York
- Pittsburgh, Pennsylvania
- Westover, Massachusetts
- Carswell, Texas
- Homestead, Florida
- Dobbins, Georgia
- Warner Robins, Georgia
- Minneapolis, Minnesota
- Youngstown, Ohio
PURPOSE
The purpose of this notice is to conduct additional market research for a known agency requirement. The Government seeks industry comments in response to specific questions listed below.
The information gathered will be used to refine the scope, structure, and terms of a potential future solicitation.
IAW FAR 15.201(c)(4), the Contracting Officer may host one-on-one meetings with any or all potential offerors who provide an adequate response to the RFI/SS, without further public notice.
NAICS CODE
Tentative North American Industrial Classification System (NAICS) Code is 236220 – Commercial and Industrial Building Construction. Please NOTE: this is a tentative NAICS Code and may be subject to change as a result of additional market research.
ANTICIPATED CONTRACT TYPE/PERIOD OF PERFORMANCE
The Government anticipates awarding one or more Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The resultant contracts will have a continuous five-year ordering period.
Individual task orders issued will be Firm-Fixed-Price (FFP) and will contain their own unique Period of Performance.
Throughout the ordering period, the Government will monitor contractor performance via mechanisms such as Contractor Performance Assessment Reporting System (CPARS). The Government may also include provisions for on-ramping new contractors or off-ramping existing contractors to ensure a robust, competitive, and high-performing industrial base. The solicitation may also include FAR Clause 52.217-9, Option to Extend the Term of the Contract, for a potential six-month extension to the ordering period
PROJECTED CONTRACT AWARD DATE
TBD – FY27
PROJECTED VALUE
$100M+
INFORMATION REQUESTED
All interested vendors must submit their responses by completing the 16-question survey at the following link:
https://forms.osi.apps.mil/r/vyzZ2yYZaP
A complete and sufficient response to all questions is mandatory. The Contracting Officer will deem submissions with incomplete or insufficient answers unacceptable.
Please be advised that a capabilities statement or brief is not requested and should not be submitted. Only responses provided through the official Microsoft Forms link will be considered.
The Contracting Officer will review and consider all responses and/or questions received. However, the Contracting Officer is not required to implement any of the feedback and/or suggestions received. The Contracting Officer will not provide a written and/or verbal response to any questions received.