Search Contract Opportunities

Barksdale Building B5546 Basement Renovation   4

ID: W9126G23R0077 • Type: Presolicitation

Description

Posted: Aug. 1, 2023, 2:12 p.m. EDT

*************CHANGE 3 is to provide updated anticipated advertisement date and estimated proposal due date.*********************

************************************CHANGE 2 is provided to update anticipated advertisement date and estimated proposal due date.

*************************************CHANGE 1 - is provided which includes certain information regarding the agency's definization of equitable adjustments for change orders under construction contracts. *****************************************************

Barksdale Building 5546 Basement Renovation at Barksdale AFB, LA

Please note this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is required before award.

This announcement is a competitive, firm-fixed price, Small Business Design Bid Build contract, procured in accordance with FAR 15, Negotiated Procurement using Best Value trade-off process.

The North American Industry Classification System code (NAICS) for this procurement is 236220 which has a small business size standard of $45.0 Million.

The Product Service Code is Z2AZ Repair or Alteration of Other Administrative Facilities and Service Buildings.

The solicitation is anticipated to be issued on or about August 04, 2023, and proposals due on or about

September 05, 2023.

The estimated duration of the project is 730 calendar days.

In accordance with DFARS Part 236, the construction magnitude is between $10,000,000 - $25,000,000.

Project Scope:

Renovate/Convert B5546 to accommodate the Air Force Mission. Work to be performed includes renovating internal building functional layout to support Air Force controlled area space requirements and modifying exterior building envelope, entryways, windows, selective internal walls, and wiring to meet ICD/ICS 705 technical standards. Repair of existing facility includes HVAC distribution systems with emergency shut-off capability, repairing the fire suppression system for new occupancy and building functional area configuration, repair by replacement of electrical panels and plumbing systems as required by change in occupancy level, and mechanical and electrical rooms to provide adequate space for required equipment, installation of an Intrusion Detection System, and cybersecurity for facility-related control systems. Repair work also includes abatement of asbestos and lead paint, if found in the existing structure. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided.

***The Government requires previous experience constructing a Sensitive Compartmented Information (SCIF) in accordance with ICD/ICS 705 and IC Tech Specs. ***

This includes a wide variety of repair and minor construction, such as:

  • Heating, ventilation, and air condition (HVAC)
  • Electrical
  • Mechanical
  • Structural
  • Lighting installation or repair
  • Plumbing

To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://sam.gov/.

After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/. The use of the website requires prior registration at https://sam.gov/. Plans and specifications will not be made available at https://sam.gov/ at issuance of solicitation. It is the Offerors responsibility to monitor the https://sam.gov/ web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award.

Pursuit to FAR 36.211(b)(1) and (2), USACE accessible website, Partnering With Us, https://www.usace.army.mil/Business-With-Us/Parterning/ is provided which includes certain information regarding the agency's definization of equitable adjustments for change orders under construction contracts.

Access: A SPRS Cyber Vendor User role is required to enter Basic Assessment information. Step-by-step PIEE Access Instructions can be found here (copy and paste link into your browser)

https://www.sprs.csd.disa.mil/pdf/SPRS_Access_Instructions.pdf

This solicitation and receipt of all proposals will be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/

There are 10 general steps a vendor must follow in order to use PIEE application modules. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5

For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf

The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view https://sam.gov/ Website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://sam.gov/ website solicitation number W9126G23R0077.

Posted: July 21, 2023, 2:05 p.m. EDT
Posted: May 15, 2023, 2:02 p.m. EDT
Posted: May 2, 2023, 3:59 p.m. EDT

Overview

Response Deadline
Sept. 5, 2023, 3:00 p.m. EDT (original: Aug. 9, 2023, 3:00 p.m. EDT) Past Due
Posted
May 2, 2023, 3:59 p.m. EDT (updated: Aug. 1, 2023, 2:12 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Barksdale AFB, LA 71110 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
78%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/2/23 USACE Fort Worth District issued Presolicitation W9126G23R0077 for Barksdale Building B5546 Basement Renovation due 9/5/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2AZ.
Primary Contact
Name
Stella Morales   Profile
Phone
(817) 886-1074

Secondary Contact

Name
Nicholas Johnston   Profile
Phone
(817) 886-1006

Documents

Posted documents for Presolicitation W9126G23R0077

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W9126G23R0077

Award Notifications

Agency published notification of awards for Presolicitation W9126G23R0077

Contract Awards

Prime contracts awarded through Presolicitation W9126G23R0077

Incumbent or Similar Awards

Contracts Similar to Presolicitation W9126G23R0077

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9126G23R0077

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9126G23R0077

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT FT WORTH
FPDS Organization Code
2100-W9126G
Source Organization Code
100221543
Last Updated
Sept. 20, 2023
Last Updated By
stella.i.morales@usace.army.mil
Archive Date
Sept. 20, 2023