SOLICITATION NOTICE
Z -- VGLZ 162323 - �ADAL Fuel Cell & Corrosion Control, Bldg. 154
- Notice Date
- 1/30/2023 6:23:17 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7NF USPFO ACTIVITY MIANG 127 SELFRIDGE ANGB MI 48045-5213 USA
- ZIP Code
- 48045-5213
- Solicitation Number
- W50S85-23-B-0004
- Archive Date
- 04/01/2023
- Point of Contact
- Steven Stocking, Phone: 5862394881, Anna Randall, Phone: 5862395526
- E-Mail Address
-
steven.stocking.2@us.af.mil, anna.randall.1@us.af.mil
(steven.stocking.2@us.af.mil, anna.randall.1@us.af.mil)
- Description
- Synopsis: Unrestricted Invitation for Bid (IFB) with Sole Source Brand Name Requirements Document Type: Pre-solicitation Notice Solicitation Number: W50S85-23-B-0004 Project Name and Location: VGLZ 162323 - �ADAL Fuel Cell & Corrosion Control, Bldg. 154 Selfridge ANGB, MI 48045 Classification Code: Y1EB: Construction of Maintenance Facilities and Z1EB: Maintenance of Maintenance Facilities NAICS Code: 236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction The 127th Wing at Selfridge Air National Guard Base, MI intends to issue an Invitation For Bids (IFB) for award of a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to� provide a renovation to the facility, with small additions to the office area to provide enhanced support areas/offices. The administration and support areas, including office spaces, break room, toilet and locker rooms, workshops, and utility rooms are reconfigured with full-height, non-load bearing CMU partitions separating the shop spaces and support areas. Full height wall tile shall be applied to the toilet/locker/shower rooms. Remaining walls will have paint or epoxy finishes. Flooring will include carpeted offices, rubber tiles in the break area, tile floors in the toilet and locker rooms, and epoxy in the corridors and shop spaces. Existing storefront openings, entries, and windows are to be replaced. The additions will match the existing building and consist of insulated metal panel above a concrete masonry and brick wall base. The hangar bay work will be completed in two phases. The first phase will renovate the east bay while maintaining operability of the west bay, with the second phase renovating the west bay after the east bay is operational. The hangar floor will require a new epoxy floor system. New door fabric and electrical service and controls upgrades for the hangar doors are included to allow for door operation by emergency generator as well as fire department operation by key on the outside of the building. New fall protection systems will be provided over the aircraft locations in each bay The exterior work for this project will include the demolition of the existing concrete containment area, Jet Fuel JP-8 equipment, landscape, asphalt and concrete pavement, and utilities, including sanitary sewer, water main, storm sewer, and electrical equipment. This project will include the construction of two additions totaling 1,325-sf and the reconfiguration of the existing 17,650-sf Fuel Cell/Corrosion Control Facility. Proposed site improvements include modifications to the existing parking lot to support the east addition. Utility improvements include relocated sanitary sewer lines, relocated storm sewer mains, and a new fire protection water main line. A new oil-water separator will replace the existing system located near the northeast corner of the existing system. A new 54 ft tall/300,000-gallon prefabricated steel water storage tank and a pumping station will be built to supply water for fire suppression to future renovated and constructed Hangars 3, 4, and 5 and Building 154. The new pumping station will provide a new 10-inch water distribution loop to the new water-based fire suppression systems and fire sprinkler systems in each of the hangars H154, H3, H4 and H5. A stub connection will be provided in at each hangar for future connection to the fire pump-loop system improvements. These utility improvements will require removal and replacement of asphaltic and concrete pavement, along with curb and gutter replacement The base award CLIN(s) are anticipated to be as follows: CLIN 0001 � Requirements Description- VGLZ162323 - SRM renovation H154 in accordance with drawings, plans, specifications, and all applicable terms and conditions. CLILN 0002: Requirements Description- VGLZ162323 - Minor construction additive in accordance with plans, drawings, specifications, and all applicable terms and conditions This project will be 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 $10,000,000 and $25,000,000.� One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. BRAND NAME: This project requires a brand name specific product. A justification will be posted upon issuance of and attached to the solicitation. The brand name products included in this acquisition include the following: Automated Logic Corporation DDC Systems and Software Marshall Best Security Corporation; premium YP Series Keys and Cores Simplex Fire Detection and Alarm with Mass Notification Advantor Security System Award will be made to the responsive and responsible lowest bidder. The tentative date for issuing the solicitation is anticipated in March 2023. A pre-bid conference/site visit it anticipated to be held approximately 10 days after issuance of the solicitation and will be held at the 127th WG, Selfridge ANG Base, MI. Interested contractors are highly encouraged to attend and shall follow conference registration and Selfridge ANG Base access requirements as provided in the solicitation. A site visit will immediately follow the pre-bid conference. The solicitation closing date will be scheduled for a minimum of 30 days after the date of the solicitation issuance. Award will be approximately 45 days after the solicitation closing date.� Actual dates and times will be identified in the solicitation. The bid opening will be conducted in accordance with FAR Subpart 14.4 and DFARS Subpart 214.4, Opening of Bids and Contract Award. Interested bidders must be registered in System for Award Management (SAM) at the time of bid submission. To register go to: https://www.sam.gov/portal/public/SAM/ . You will need your DUNS/UEI 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 an invitation for bids and there will be a formal public bid opening. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c3ab64f5668641ee9cd9e77d022eeda1/view)
- Place of Performance
- Address: Selfridge ANGB, MI 48045, USA
- Zip Code: 48045
- Country: USA
- Zip Code: 48045
- Record
- SN06576670-F 20230201/230130230105 (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 |