Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2022 SAM #7455
SOLICITATION NOTICE

Y -- F-35 Alter B412 Flow -Through Aircraft Shelter

Notice Date
4/27/2022 6:06:10 AM
 
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
W50S9F22R0003
 
Response Due
5/5/2022 1:00:00 PM
 
Archive Date
03/23/2023
 
Point of Contact
Katherine Fox, Phone: 6082454524
 
E-Mail Address
katherine.fox@us.af.mil
(katherine.fox@us.af.mil)
 
Awardee
null
 
Description
The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI is issuing a Request for Proposals (RFP) award a single firm fixed-price contract for services, non-personal, to all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to alter the F-35 B412 Flow-Through Aircraft Shelter. This project seeks to modify approximately 39,261 SF of existing F-16 aircraft maintenance hangar to accommodate F-35 operations, including alterations required to bring 270 VDC power to all eight (8) covered parking spots as well as ducting and power for equipment that provides cooling air for aircraft avionics. This project also upgrades the facility lightning protection system to meet F-35 operational requirements and adds rooftop and aircraft maintenance fall protection. Lastly, the facility fire detection/suppression and security systems will receive upgrades to align with the new parking plan and latest UFC requirements. Typical work includes, but is not limited to minor demolition, utility improvements, rooftop fall protection, interior fall protection, upgraded aircraft fire detection/suppression system, specialized aircraft mechanical systems, specialized aircraft electrical systems, lightning protection system, upgraded security system, and modified technology systems. All work will be in accordance with design requirements, specifications, and drawings provided within the master specifications. This solicitation will result in a single construction contract for new construction and alterations.� 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 180 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 $5,000,000 and $10,000,000. 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: Marshall Best Security Corp. premium YB series keys and cores and Monaco Vulcan Fire Alarm Panels. 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 08 April 2022 at 0900 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 will be scheduled for 01 April 2022. Actual dates and times are 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 SAM.GOV website online at https://SAM.GOV/. 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://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. *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W50S9F22R0003' to obtain more details.* Changed (19 Apr 2022)� Added�Questions and Answers 01; Pre-Proposal attendance sheet, slides and minutes.� Changed (20�Apr 2022)� Added Amendment�W50S9F-22-R-0003_00001 Changed (20�Apr 2022)� Added�Questions and Answers 02;�B412 XGFG 022024B&C Upgrade B412 Fire Supression System (2014);�B412 XGFG022024B&C Wolverine Fire Protection (2014);�UPDATED�EXHIBIT G �PROPOSAL PRICE SCHEDULE v1
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/014f0a1474af4e6aad5a84eadf3e716c/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN06309685-F 20220429/220427230059 (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!  © 1994-2024, Loren Data Corp.