Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 22, 2024 SAM #8243
SOLICITATION NOTICE

Y -- Construct Mission Training Center (MTC) Facility

Notice Date
6/20/2024 1:03:57 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7N2 USPFO ACTIVITY TXANG 149 LACKLAND AFB TX 78236-0123 USA
 
ZIP Code
78236-0123
 
Solicitation Number
W50S78-24-B-0001
 
Response Due
7/5/2024 2:00:00 PM
 
Archive Date
07/20/2024
 
Point of Contact
Mark A. Green, Phone: 2109257127, Kirk Swiantek
 
E-Mail Address
mark.green.23@us.af.mil, Kirk.m.swiantek.civ@army.mil
(mark.green.23@us.af.mil, Kirk.m.swiantek.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Invitation for Bids (IFB) Set-Aside for Small Businesses Solicitation: W50S78-24-B-0001 Project Title: Construct Mission Training Center (MTC) Facility Document Type: Pre-solicitation Notice Classification Code Y�Construction of Structures and facilities Set Aside: 100% Small Business Set-Aside NAICS Code: 236220 - Commercial and Institutional Building Construction The Texas Air National Guard intends to issue an Invitation for Bids to award a single firm fixed-price contract for non-personal construction services to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the Construction of 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 shall 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 Area in accordance with ICD/ICS 705 is required for most of the facility. Project includes demolition, site work, landscaping, concrete, asphalt paving, utilities, masonry, standing seam metal roofing, structural steel and miscellaneous metals, doors, windows and glazing, HVAC and DDC, plumbing, electrical and communications systems, fire and security alarm systems, fire suppression, flooring, demountable wall systems, painting, and other miscellaneous work as required. In addition to a base price for the work described above, the solicitation includes Options and Brand Name items.� There will be a total of eight options as identified below. 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 contract duration will be 540 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Business. The North American Industry Classification System (NAICS) Code is 236220, with a small business size standard of $45,000,000. The magnitude of construction is between $10,000,000 and $25,000,000. The tentative date for issuing the solicitation is in August 2024 with a bid due date anticipated in September 2024 timeframe. The tentative date for the pre-bid conference will be determined based on the solicitation release date, with a to-be-determined time, location to be provided in the solicitation. 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-bid conference. All questions for the pre-bid conference must be submitted by a to-be-determined time via email to mark.green.23@us.af.mil and kirk.m.swiantek.civ@army.mil . Actual dates and times will be identified in the solicitation. 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 Project will include a Base Bid along with the following Options: Base Bid: Construct Mission Training Center (MTC) Facility Option 1: Construct permeable pavement at parking lot Option 2: Landscaping Option 3: Epoxy Floor coating on simulator bays Option 4: Porcelain wall tile on restrooms Option 5: Porcelain floor tile on restrooms Option 6: Additional Under Floor Drains Option 7: Illuminated Insignia Signage Option 8: Fixed seating with tablet arms The Project will include the following Brand Name items are specific for compatibility with existing installation systems (noted justifications will be included with solicitation): 1. Fire alarm control panel: Monaco MAAP-X 2. Intrusion Detection System: Honeywell Vindicator Electronic System 3. Heating, Ventilation, and Air Conditioning (HVAC) Chiller System: Trane North America 4. Door Locks: Falcon Locksets with Falcon Brand Cores The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov. Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), 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. 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. 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 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 for 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/44bc94220dd94989bf42c84401536821/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN07102779-F 20240622/240620230110 (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.