Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2021 SAM #6990
SOLICITATION NOTICE

Y -- F-35 ADD/ALTER SQUADRON OPERATIONS 404

Notice Date
1/16/2021 12:20:22 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-21-R-0001
 
Response Due
1/20/2021 12:00:00 PM
 
Archive Date
02/04/2021
 
Point of Contact
Kate Fox
 
E-Mail Address
katherine.fox@us.af.mil
(katherine.fox@us.af.mil)
 
Description
The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI intends to issue a Request for Proposals (RFP) award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to alter an add/alter the F-35 Squadron Operations 404.� This project seeks to reconfigure approximately 4,300 SF of existing F-16 simulator space to accommodate F-35 Autonomic Logistics Information System (ALIS) functions as well as Optimization of the Human Weapon System (OHWS).� This project also upgrades existing wall types within the existing vault space to meet current ICD 705 standards and accommodate different classification levels necessary to conduct Fighting on JWICS (Joint Worldwide Intelligence Communications System), (FoJ) and ALIS operations within the same vault.� Lastly, this project constructs an additional 300 SF of Sensitive Compartmented Information Facility (SCIF) areas for Squadron Operations and 1,000 SF for Pilot Extraction Simulator Training (PEST).� Typical work includes, but is not be limited to: minor demolition of interior and exterior walls of B404, construction of new spaces, and modifications to existing mechanical systems, plumbing, waste water, electrical and technology systems.� Strict adherence to construction plans and specifications is absolutely necessary to ensure the vault can be fully accredited post construction.� All work will be in accordance with design requirements, specifications and drawings provided within the master specifications. All materials and labor will be subject to high levels of oversight and inspection by program security representatives while construction operations are present. This solicitation will result in a single construction contract for both minor demolition, renovations, and new construction.� In addition to a base price for the work describe above the solicitation will include Options for this project. 1. AEF Pilot Lockers. This project is being solicited as unrestricted.� The HubZone preference in accordance with FAR 19.1307 applies. All responsible offerors are encouraged to participate. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer.� The contract duration is 365 days from issuance of the Notice to Proceed.� The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000.� The magnitude of construction for this project is between $1,000,000 and $5,000,000. BRAND NAME: This project requires a brand name specific product. Justifications are posted and attached to the solicitation. The brand name products included in this acquisition include the following: Advantor Security System, Andover DDC Software, Acoustic Technology Inc., Hallman Lindsey paints, Johnsonite flooring, Krieger Acoustical and Sensitive Compartmented Information Facility Doors, Marshall Best Security Corp. premium YB series keys and cores, Milliken flooring, Vendura solid surfaces. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2010-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 in the case of a 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 toward the 85 percent subcontract amount that cannot be exceeded�. A pre-proposal conference/site visit will be held on 28 December 2020 at 9:00AM CST and will be held at Truax Field, Madison, WI.� Interested contractors are highly encouraged to attend and shall follow conference registration and Truax Field access requirements as provided in the solicitation.�� A site visit will immediately follow the pre-proposal conference.� The solicitation closing date is scheduled for 20 January 2020.� Actual dates and times will be identified in the solicitation. �The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, Source Selection Procedures. Evaluation factors include Technical, Past Performance and Price. The Government intends to award without discussions. Interested offerors must be registered in System for Award Management (SAM) at the time an offer is submitted. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number, Taxpayer Identification Number (TIN), and banking information to register. Instructions for registering are on the SAM web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the beta.SAM.GOV website online at https://beta.SAM.GOV/. �beta.SAM.GOV is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to email your questions to katherine.fox@us.af.mil. 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 https://beta.SAM.GOV/ 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, due to 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. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Changed (28Dec2020)� Added; Pre-Proposal attendance sheet and slides.� Corrected;�W50S9F21R0001 page 20, 2.2 DoD Safe dropoff link request no later than date corrected to 18 January 2021. Changed (07Jan2021)� Added; Questions and Answer�01 Changed (13Jan2021)� Added; Questions and Answer�02 and Geotechnical Report Changed (14Jan2021)� Added; Questions and Answer�03:� Due to�Class Deviation 2020-O0016, the original bid bond is NOT REQUIRED Changed (16Jan2021)� Added; Questions and Answer�04 and Walkthrough Photos
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/db2ab41015864b51b0399b93aaf3c7e0/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN05893946-F 20210118/210116230056 (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  © 1994-2020, Loren Data Corp.