Alabama Bids > Bid Detail

Weapons Load Crew Training Facility

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159218602472313
Posted Date: Apr 28, 2023
Due Date: May 29, 2023
Solicitation No: W50S6N-23-B-0004
Source: https://sam.gov/opp/c5f3c5dc1e...
Follow
Weapons Load Crew Training Facility
Active
Contract Opportunity
Notice ID
W50S6N-23-B-0004
Related Notice
W50S6N-23-B-0004
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7MT USPFO ACTIVITY ALANG 187
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 28, 2023 02:20 pm CDT
  • Original Response Date: May 29, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Montgomery , AL 36108
    USA
Description

THIS IS NOT A SOLICTATION FOR BIDS



NAICS Code: 236220 - Commercial and Institutional Building Construction



The USPFO for Alabama intends to issue and Invitation for Bids to award a single firm fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the construction of a 10,000 square foot building housing the Base’s Weapons Load Crew Training Facility. The new building’s structural system includes slab on grade with engineered fill soil stabilization, structural steel framing as well as load bearing masonry, open web joists, a pre-engineered metal building system and metal roof decking. The roof will have sloped standing seam roofing on rigid insulation. The exterior walls include veneer brick and stone, aluminum storefronts, translucent wall assemblies, and metal wall panels. Major building systems include a high efficiency air-cooled heat pump system and a geothermal heat pump for HVAC systems. Underground utility work for the facility will include all necessary power, sanitary, gas, water, and telecommunications infrastructure. Coordination will be required with existing utilities to maintain operation through and around the site and will include power, sanitary, gas, water, and data. Site work will comprise of on-site access driveways and parking consisting of a combination of asphalt paving and concrete paving.



The work is required at the187th Fighter Wing Dannelly Field Air National Guard, Montgomery, Alabama, 36108.



The contract duration is 365 calendar days after Notice To Proceed. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 236220 which equates to a size standard of $45,000,000.00.



Project magnitude is between $5,000,000 and $10,000,000.



The tentative date for issuing the solicitation is on-or-about June 22, 2023.



The tentative date for the pre-bid conference is on-or-about July 6, 2023, 10:00 am local time, the location to be provided in the solicitation.



Interested contractors are highly encouraged to attend the pre-bid conference and shall follow conference registration and base access requirements shown in the solicitation.



A site visit will follow the pre-bid conference.



All questions for the pre-bid conference must be submitted by July 5, 2023 at 12:00 PM local time via email to; william.hall.13@us.af.mil , and karey.l.elias.civ@army.mil.



The bid opening date is tentatively planned for on-or-about July 25, 2023. Actual dates and times will be identified in the solicitation.



Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration).



The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov.



Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states “By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded”.





In accordance with FAR 36.211(b), the following information is provided:




  1. The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204.

  2. Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available but will be compiled and provided in future announcements.





DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.



This project includes five sole source/brand name items which provide for specific for compatibility with existing installation systems (justifications will be included with the solicitation):




  1. Johnson Controls - HVAC

  2. Monaco - Fire alarm

  3. Stanley Best Access Systems – Locks

  4. Advantor - Security systems

  5. Belgard - Moduline Series Paver system – Concourse



In addition to the base work described above, the solicitation may include the following option line items:




  1. Demolish Building 1403

  2. Aircraft Maintenance Plane Power (Installation of 270V DC power converter and 460V AC disconnects)

  3. Aircraft Maintenance Compressed Air Systems (Install new compressed air system)

  4. Security Barriers

  5. Landscape Wall (Installation of CMU/Brick Veneer/Cast Stone wall)

  6. Bathroom Tile

  7. Under slab Vapor Barrier


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR ALANG DO NOT DELETE 5187 SELMA HIGHWAY
  • MONTGOMERY , AL 36108-4824
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >