Search Contract Opportunities

145AW Add/Alter Small Air Terminal Building 5   2

ID: W50S87-21-B-5005 • Type: Presolicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 5, 2021, 9:09 a.m. EDT

The 145th Airlift Wing in Charlotte, NC intends to issue an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to add/alter the Small Air Terminal Bldg. 5 to include the conversion of mezzanine and addition of structure to increase the square footage from 13,920 to 15,700 without changing the building footprint. Replace portions of the roof that need to be penetrated for new rooftop equipment, install wet-pipe sprinkler system, ensure building is ABA compliant to include elevator and restrooms, relocate mechanical room to mezzanine, add windows and doors per new layout and replace existing windows and doors to meet ATFP requirements to comply with UFC 4-010-01, renovate building exterior, pavements and utilities as necessary, and provide temporary facilities for current occupants. The communication room will have to be relocated and provide comm for the additional square footage in the mezzanine and new facility layout for a passenger terminal function in Charlotte, NC.

Additionally, construct Air Drop Facility (7,900 SF) with a Chute Drying Tower (600 SF) utilizing conventional design and construction methods to accommodate the mission of the facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD Antiterrorism/Force Protection per the UFC. The facility should be compatible with applicable DoD, Air Force, and base design standards, to include ABA and NFPA.

OPTIONS: Options will be used for this project in addition to the previous work described. There will be three (3) options:

  1. 5 part epoxy floor in lieu of sealed concrete
  2. Add four (4) skylights
  3. Add parachute lift system

BRAND NAME: This project requires five (5) brand name specific product. A justification will be posted with the solicitation. The brand name products included in this acquisition are:

  1. Alerton - Direct Digital Control (DDC) System
  2. Best - Cormax Door Hardware Cores
  3. Various interior/exterior finishes
  4. Monaco Enterprises - Fire Alarm Radio Transceiver
  5. Sika Sarnafil - PVC Roof Membrane

SOLE SOURCE: This project requires one (1) sole source product. The sole source product included in this acquisition is:

  1. ParaDry Systems - Parachute Lift System

The contract duration is 450 days after issuance of notice to proceed (NTP). This project is set aside 100% for Small Business contractors. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000. The magnitude of this project is between $5,000,000.00 and $10,000,000.00.

As a result of the solicitation, the Government intends to award a Firm Fixed Price (FFP) contract to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price. The Government will determine the apparent low bidder in accordance with the procedure described in FAR 52.217-5, Evaluation of Options. Prior to award, to establish its responsibility, the apparent low bidder will be requested by the Government to submit a statement regarding his previous experience in performing comparable work, business and technical organization, financial and bonding resources, resources available to be used in performing the work, etc. (this is not an all-inclusive list).

Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING which states By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees applies to this project.

The tentative date for issuing the solicitation is on-or about 17 May 2021. The tentative date for the pre-bid conference/site visit is on-or about 26 May 2021, 09:00AM EST. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. The bid opening date is scheduled for on-or about 21 June 2021. 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: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Beta.Sam.Gov website through the Contract Opportunities section online at https://beta.sam.gov/. Beta.Sam.Gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with Beta.Sam.Gov before accessing the system.

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://beta.sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors 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 offerors 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.

Posted: April 16, 2021, 10:19 a.m. EDT
Posted: April 16, 2021, 10:00 a.m. EDT

Overview

Response Deadline
May 20, 2021, 5:00 p.m. EDT (original: April 16, 2021, 5:00 p.m. EDT) Past Due
Posted
April 16, 2021, 10:00 a.m. EDT (updated: May 5, 2021, 9:09 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Charlotte, NC 28208 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
64%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/16/21 Department of the Army issued Presolicitation W50S87-21-B-5005 for 145AW Add/Alter Small Air Terminal Building 5 due 5/20/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1BE.
Primary Contact
Name
Bryant K. Alexander   Profile
Phone
None

Documents

Posted documents for Presolicitation W50S87-21-B-5005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W50S87-21-B-5005

Contract Awards

Prime contracts awarded through Presolicitation W50S87-21-B-5005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W50S87-21-B-5005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W50S87-21-B-5005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NS USPFO ACTIVITY NCANG 145
FPDS Organization Code
2100-W50S87
Source Organization Code
500044332
Last Updated
June 4, 2021
Last Updated By
zachary.d.leddy.mil@mail.mil
Archive Date
June 4, 2021