SOLICITATION NOTICE
Y -- Renovation of Building 1407 to AGE
- Notice Date
- 8/8/2023 1:35:47 PM
- Notice Type
- Solicitation
- Contracting Office
- W7MT USPFO ACTIVITY ALANG 187 MONTGOMERY AL 36108-4824 USA
- ZIP Code
- 36108-4824
- Solicitation Number
- W50S6N-23-B-0005
- Response Due
- 8/8/2023 12:00:00 PM
- Archive Date
- 08/23/2023
- Point of Contact
- Mr. Stephen Shanks, Phone: 3343947529, MSGT PETER JOHN UNGACTA, Phone: 3343947530
- E-Mail Address
-
stephen.shanks.1@us.af.mil, peter_john.ungacta.1@us.af.mil
(stephen.shanks.1@us.af.mil, peter_john.ungacta.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PURPOSE OF THIS POSTING IS TO POST THE ABSTRACT AND BID OPENING ATTENDANCE SHEET Invitation for Bid to Renovate Building 1407 located on Dannelly Airfield in Montgomery Alabama. The Project reference number is FAKZ182353.� This will be a single, firm-fixed-price construction contract, for renovation of an existing facility (Building 1407). The project will include the removal and replacement of existing HVAC, lighting, and electrical systems which shall be updated for energy efficiency.� Some unique aspects required for this project will include building plumbing, electrical, and mechanical systems modified and extended as required to support Air Ground Equipment (AGE) functions for new F-35 aircraft operations.� Further, a portion of the existing office area will be reconfigured to provide Americans with Disabilities Act (ADA) compliance and facilitate AGE maintenance for the F-35 aircraft.� Other portions of the existing office and ancillary work areas will remain in their current configuration and receive finish upgrades. This project includes the following six (6) Additive Bid Options: Bid Option 1 - Wash Rack Bid Option 2 - Recover Roof Bid Option 3 - Epoxy Floor System Bid Option 4 - Replace Exterior Roll Up Doors Bid Option 5 - Bathroom Tile Bid Option 6 - Telecommunications Structured Cabling Brand Name/Sole Source: The project includes the following three (3) Brand Name/Sole Source items as follows: 1. Johnson Controls: Installation of new heating, ventilation, and air conditioning (HVAC) systems throughout the renovated facility is included in this requirement. Direct Digital Controls for HVAC in all Dannelly Airfield facilities are manufactured by Johnson Controls. 2. Monaco Enterprises: New fire suppression and fire alarm systems are required installed throughout the renovated facility. Monaco Enterprises is the manufacturer used in all Dannelly Airfield facilities. 3. Stanley Best Access Systems: Replacement of majority of interior and exterior door locks in renovated facility is required in this project. Door locks used in all Dannelly Airfield facilities are manufactured by Stanley Best Access Systems. The project magnitude is between $1,000,000 and $5,000,000. The anticipated performance period for construction/contract completion is 365 calendar days from receipt of 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 $45 million average annual revenue for the previous three years. This action is being procured as a 100% Small Business set-aside. Davis-Bacon Act Wage Determination (WD# AL20230093, dated 7 April 2023) available via https://sam.gov/ for Construction Type: Building, will be utilized for this project.� Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-00008), LIMITATIONS ON SUBCONTRACTING, which states ""By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the 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 towards the prime contractor's 85 percent subcontract amount that cannot be exceeded"". In accordance with FAR 36.211(b), the following information is provided: The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. 2. Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available but will be compiled and provided in future announcements. There will be a pre-bid conference/site visit held for all prospective bidders. The date and time for the pre-bid conference/site visit will be posted with the Solicitation. The solicitation will be conducted via competitive Invitation for Bid (IFB) process with a formal public opening, the date and time of which will be provided in the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e0c7e6a948af45d1a35be5a3b072104e/view)
- Place of Performance
- Address: Montgomery, AL 36108, USA
- Zip Code: 36108
- Country: USA
- Zip Code: 36108
- Record
- SN06781046-F 20230810/230808230059 (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 |