Search Contract Opportunities

Construct C-130 Flight Simulator Training Facility   3

ID: W50S8J-22-R-0002 • 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
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The 109th Airlift Wing located in Scotia, New York intends to issue a Request for Proposal (RFP) to award a single, firm fixed- price contract for non-personal construction services, to provide all material, equipment, supervision and labor, to include site-work and related activities, necessary to construct a fully functional C-130 Flight Simulator Training Facility IAW the SOW, drawings and specifications. This project includes, but is not limited to:

Building will meet local seismic design requirements and include a single high-bay simulator motion bay with maintenance support and briefing rooms within an internal secure perimeter, classrooms, instructor & facility manager offices, break room, latrines, and fire protection, mechanical, electrical & communications spaces. Construction will include connection to existing utilities, site circulation pavements, landscaping and storm water management amenities and connection to existing communications distribution.

In addition to a base price for the work described above, the solicitation includes Options for this project. 1. Additional Masonry Veneer; 2. Translucent Fiberglass Wall Panels (Horizontal); 3. Translucent Fiberglass Wall Panels (Vertical); 4. Provide Bridge Crane (Machine, Rails & Power); 5. Additional Sidewalk Pavements; 6. Illuminated Unit Insignia; 7. Epoxy Floor Coating; 8. Additional Asphalt Parking; 9. Replace Existing Site Access; 10. Add Staircase to Simulator; 11. Provide Breathing Air Compressor w/2 Tanks & Platform Skid.

The Magnitude of this project is between $5,000,000 and $10,000,000. Construction/contract completion time is 365 days after notice to proceed (NTP) to include inspection and punch list.

The North American Industry Classification System (NAICS) code for this work is 236220, Commercial and Institutional Building Construction, with a small business size standard of $39,500,000. This is a total small business set-aside. Your attention is directed to FAR CLAUSE 52.219-14 (DEVIATION 2020-O0008) (e) (3), 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 in the case of a 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 85 percent subcontract amount that cannot be exceed.

The tentative date for issuing the solicitation is on-or about 01 JUNE 2022. The solicitation will include the date and time for the pre-proposal conference as well as an organized site visit, which will be held immediately following the pre-proposal conference, at Stratton ANG Base, Scotia, New York.

Interested contractors are highly encouraged to attend both the pre-proposal conference and site visit, once scheduled.

The solicitation, associated information, plans and specifications will ONLY be available from the Contract Opportunities website at https://sam.gov. Contract Opportunities is a web based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with SAM.gov before accessing the system. This solicitation is not an invitation for bids and there will not be a formal public bid opening.

The solicitation closing date will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Past Performance, Technical, and Price. The Government intends to award without discussions.

Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your DUNS number in order to register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate.

DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the Contract Opportunities page 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 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, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Stratton ANGB, Scotia, New York.

Overview

Response Deadline
May 16, 2022, 12:00 p.m. EDT Past Due
Posted
April 29, 2022, 11:02 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Schenectady, NY 12302 USA
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
64%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/29/22 Department of the Army issued Presolicitation W50S8J-22-R-0002 for Construct C-130 Flight Simulator Training Facility due 5/16/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AZ.
Primary Contact
Name
Nicholas Bastiani   Profile
Phone
(518) 344-2513

Secondary Contact

Name
Wanda D. Yarbor   Profile
Phone
(518) 344-2477

Documents

Posted documents for Presolicitation W50S8J-22-R-0002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W50S8J-22-R-0002

Award Notifications

Agency published notification of awards for Presolicitation W50S8J-22-R-0002

Contract Awards

Prime contracts awarded through Presolicitation W50S8J-22-R-0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W50S8J-22-R-0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W50S8J-22-R-0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NR USPFO ACTIVITY NYANG 109
FPDS Organization Code
2100-W50S8J
Source Organization Code
500044311
Last Updated
April 29, 2022
Last Updated By
nicholas.bastiani.1@us.af.mil
Archive Date
Oct. 15, 2022