Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOLICITATION NOTICE

Y -- Construct Mission Training Center

Notice Date
6/24/2022 7:53:44 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7N2 USPFO ACTIVITY TX ARNG AUSTIN TX 78763-5218 USA
 
ZIP Code
78763-5218
 
Solicitation Number
W50S78-22-R-6001
 
Response Due
7/19/2022 3:00:00 PM
 
Archive Date
08/03/2022
 
Point of Contact
Horacio Fernandez, Phone: 5127821494, Denise M. Bailey, Phone: 5127825529
 
E-Mail Address
horacio.fernandez3.civ@army.mil, denise.m.bailey.civ@army.mil
(horacio.fernandez3.civ@army.mil, denise.m.bailey.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*A pending amendment to the solicitation will be posted with a questions and answers document by 29 June 2022.� The solicitation will be extended until 19 July 2022 5:00 PM. 100% Small Business Set-Aside NAICS Code: 236220 - Commercial and Institutional Building Construction The USPFO for Texas is issuing a Request for Proposals (RFP) to award a single firm fixed- price contract for non-personal services to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to construct a 15,200 square foot FTU 4-ship F-16 Mission Training Center (MTC) facility in accordance with applicable Federal, State and Local codes, Project Specifications, Project Drawings, Basis of Design, Antiterrorism Report, and Structural Interior Design. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special Construction Requirements: Raised flooring as required, high bay area for simulators, and Secure Compartmentalized Information Facility (SCIF) specifications and construction in accordance with ICD/ICS 705 is required for most of the facility. Options: Landscaping, ESD Epoxy Resinous Floor @ Sim Bays ILO ESD Epoxy Floor Paint, Ceramic Wall Tile at Restrooms ILO Paint, Ceramic Floor Tile at Restrooms ILO Sealed Concrete, Access Floor Drains, LED Illuminated Signage, and Tiered Access Floor at Classroom and MOC. This facility is for the Texas Air National Guard (TXANG), Joint Base San Antonio (JBSA) Lackland Air Force Base (AFB) 149th Fighter Wing (FW).� The magnitude of this project is between $5,000,000.00 and $10,000,000.00.� Construction/contract completion time is 485 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $39.5 million.� The date for the pre-proposal conference is 15 June 2022, 10:00AM local time at the ANGTX operations Center.� Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference.� All site visit requests shall be provided by 10 June 2022. �All questions for the pre-proposal conference must be submitted by 10 June 2022 via email to Horacio.Fernandez3.civ@army.mil; Denise.M.Bailey.civ@army.mil.� All questions to the solicitation shall be submitted by 27 June 2022, but offerors are highly encouraged to provide questions as immediately as possible.� A response to questions shall be provided by 29 June 2022. The solicitation closing date is scheduled for 5 July 2022 (Subject to Change.� 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 Past Performance and Price.� The Government intends to award without discussions. 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 and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov. 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 Horacio.Fernandez3.civ@army.mil; Denise.M.Bailey.civ@army.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.� There is a sole source requirement for Honeywell Vindicator Electronic Security System and Monaco MAAP-X fire alarm control panel.� 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, due to various reasons.� The Government is not responsible for any loss of Internet connectivity or for inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/af36e974cdcf4d5eb63cafaa6c094e6e/view)
 
Place of Performance
Address: San Antonio, TX 78243, USA
Zip Code: 78243
Country: USA
 
Record
SN06368588-F 20220626/220624230058 (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.