SOLICITATION NOTICE
Y -- ADD/ ALTER (ADAL) FIRE CRASH RESCUE STATION BLDG 510
- Notice Date
- 10/26/2023 9:11:39 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG CRTC CAMP DOUGLAS WI 54618-5001 USA
- ZIP Code
- 54618-5001
- Solicitation Number
- W50S9H-24-B-0001
- Response Due
- 11/27/2023 11:00:00 AM
- Archive Date
- 12/12/2023
- Point of Contact
- Seth I. Swieter, Katherine Fox
- E-Mail Address
-
seth.swieter@us.af.mil, katherine.fox@us.af.mil
(seth.swieter@us.af.mil, katherine.fox@us.af.mil)
- Description
- The Volk Field Combat Readiness Training Center -Camp Douglas, WI 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 construct project YAQF049026 Add/ Alter (ADAL) Fire Crash Rescue Station Bldg. 510. This project seeks to construct a new 3,430 SF facility addition, renovate approximately 15,970 square feet (SF) of existing facility.� The facility requires upgrades to the existing lighting, Heating, Ventilation, and Air Conditioning (HVAC), glazing, Exterior Finish Insulation System (EFIS), fire detection/suppression, security systems, as well as other facility components. Typical work includes but is not limited to minor demolition; site utilities/grading/paving; new mechanical, electrical, plumbing, and technology systems; and upgrading the facilities architectural finishes. All work shall be in accordance with Add to Fire/ Crash Rescue Station and Repair Fire/ Crash Rescue Station, Bldg. 510 design requirements, specifications, and drawings provided within the master specifications. This solicitation will result in a single construction contract for both new construction and alterations. The base award Contract Line Item(s) (CLINs) are anticipated to be as follows: CLIN 0001 � Repair Fire/ Crash Rescue Station, BLDG 510 (Base Bid) � Renovation CLIN 0002 � Lead and Asbestos Remediation CLIN 0003 � Communications Cabling and Equipment CLIN 0004 � Add to Fire Crash Rescue Station (Base Bid) In addition to a base price for the work described above, the solicitation will include 6 Options for this project, which are anticipated to be as follows: CLIN 0005 (Option #1) Security Cameras in Apparatus Bays CLIN 0006 (Option #2) Training Room Casework CLIN 0007 (Option #3) Window Shades CLIN 0008 (Option #4) Display Wall CLIN 0009 (Option #5) Exterior Signage CLIN 0010 (Option #6) Equipment Yard Screen 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 to be submitted by the apparent low bidder prior to award. 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 $45,000,000. 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.� A justification will be posted upon issuance of and attached to the solicitation.� The brand name products included in this acquisition include the following: 1.� Monaco Vulcan Fire Alarm Panels Award will be made to the responsive and responsible lowest bidder.� The tentative date for issuing the solicitation is anticipated to be in late November or early December 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 Volk Field CRTC, Camp Douglas, WI.� Interested contractors are highly encouraged to attend and shall follow conference registration and Volk Field 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. 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/. Vendors will need their 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 (IFB) 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/29e64836d53b4380ad90b3696d87bea6/view)
- Place of Performance
- Address: Camp Douglas, WI 54618, USA
- Zip Code: 54618
- Country: USA
- Zip Code: 54618
- Record
- SN06869021-F 20231028/231026230051 (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 |