SOLICITATION NOTICE
Y -- Construct Interim Building for F-35 PSC/XRL
- Notice Date
- 7/27/2023 11:21:14 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- FA282323R0007
- Response Due
- 8/3/2023 10:00:00 AM
- Archive Date
- 08/31/2023
- Point of Contact
- Madison Davis, Phone: 850-882-0297, Elona JARRELL, Phone: 8508825628
- E-Mail Address
-
madison.davis.6@us.af.mil, elona.jarrell.1@us.af.mil
(madison.davis.6@us.af.mil, elona.jarrell.1@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Awardee
- null
- Description
- Update 27 July 2023:�Attention Offerors, we are actively working through the Pre-Bid RFI Answers, we are anticipating the release of these on Monday 31 July 23. The proposal due date will be updated accordingly dependent on when the Amendment is released. Please continue to monitor the solicitation for additional updates. Eglin Air Force Base (AFB), FL has a requirement to provide all construction efforts required to Construct Interim Building for F-35PSC/XRL. The North American Industry Classification System (NAICS) code for this requirement is 236220 Commercial and Institutional Building Construction with a size standard of $45M. Statement of Magnitude is between $10,000,000.00 and $25,000,000.00. This requirement will be competed as a Competitive 8(a) Small Business Set-Aside in accordance with FAR 19.5.The purpose of this project is to PURCHASE and NOT LEASE from a company that manufacturer?s modular building units that are experienced in the SAPF/SCIF ICD 705 construction and have an accredited secure facility in to perform this work. An appointed government security representative will inspect and approve the facility and periodically inspect the construction of the modules at critical moments prior to concealment, as they progress. The appointed government security representative will be allowed facility access at any time and may task the manufacturer with producing photographic documents during the process. This is a temporary, pre-engineered modular structure of approximately 13,800 interior square feet, one story, administrative facility for PSC/XRL. The typical modular unit is 13ft-9in x 70ft-0in, with free-span interior, there will 14 of these ganged together, with an additional half-module serving as a mechanical room. This new facility will be a SAPF with select areas designed to ICD 705 standards. Interior spaces will include open and private offices, conference rooms, work rooms, a break room, storage, and latrines. Additionally, there are typical building support functions including mechanical, electrical, fire protection and communications equipment rooms. The interior finishes consist of acoustical ceiling tile including a moisture resistant tile for wet areas, impact resistant acrylic corner guards, porcelain tile on flooring and walls, acrylic/silicone resin grout, modular carpet tile, heavy duty walk off carpet tile, luxury vinyl tile planks, static dissipative tile for the Comm Room, painted walls, trim and ceilings, plastic laminate casework, thermoplastic rubber wall base, acrylic signs, HDPE toilet partitions, solid surface counter tops, and factory stained doors. The FFandE shall be procured and installed by general contractor. Refer to the SID and FFandE packages and notes on the Interior drawings for more details. The project will comply with applicable DoD, Air Force, and base standards with Unified Facility Criteria (UFC) 3-535-01 as the lead guidance document. The performance period is anticipated to be 365 days after the Notice to Proceed (NTP). The above general description of work does not in any way limit the responsibility of the contractor to perform all work and furnish all labor, materials, and equipment in accordance with the specifications.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc223b05031749f18c0a1790bf9b7633/view)
- Record
- SN06766380-F 20230729/230727230045 (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 |