Search Contract Opportunities

Construct Corrosion Control Facility   3

ID: W50S78-24-B-0002 • Type: Presolicitation • Match:  100%
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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 25, 2024, 1:46 p.m. EDT

AMENDMENT 1 - (Dated: 07/25/2024): This amendment removes the J&A for Vindicator Intrusion Detection System as this facilty will not require an intrusion detetion system of any type.
Invitation for Bids (IFB) Set-Aside for Small Businesses

Solicitation: W50S78-24-B-0002

Project Title: Corrosion Control 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 new 12,200 square foot Corrosion Control Facility located at Joint Base San Antonio Kelly Field Annex, in accordance with applicable Federal, State and Local codes, Project Specifications, Project Drawings 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: Work will include an environmentally controlled area to wash aircraft, as well as hangar space for corrosion treatment, corrosion repair, and limited paint removal/repainting. This facility also provides space for corrosion control shops which includes paint preparation and drying areas, abrasive blasting rooms, and booth for mixing and applying paint, tool storage, lockers, and administrative areas. Furthermore, 1,500 square yards of airfield pavements are expected for this project. In addition to a base price for the work described above, the solicitation includes four (4) Options and Brand Name items which are 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: MSgt Mark Green, at mark.green.23@us.af.mil, MSgt Joel Yerkey, at joel.yerkey.1@us.af.mil and Ms. Amanda Bogue, at amanda.m.bogue.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 Aircraft Corrosion Control Facility

Option 1: Translucent Fiberglass Panel

Option 2: Screen Wall

Option 3: Alternate Roof (SSMR)

Option 4: Epoxy Flooring

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. Heating, Ventilation, and Air Conditioning (HVAC) Chiller System: Trane North America

3. Door Locks: Falcon Locksets with Falcon Brand Cores

4. Direct Digital Control: Automated Logic Corporation WebCTRL Building Automation System

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 Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code 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:

  1. 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.
  2. 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.

Posted: July 19, 2024, 6:28 p.m. EDT
Background
The Texas Air National Guard is issuing an Invitation for Bids for a firm fixed-price contract aimed at constructing a new 12,200 square foot Corrosion Control Facility at Joint Base San Antonio – Kelly Field Annex.

This facility is essential for the mission of the Texas Air National Guard, specifically the 149th Fighter Wing, to provide necessary infrastructure for aircraft maintenance and corrosion control. The project must adhere to applicable Federal, State, and Local codes as well as DoD and Air Force design standards.

Work Details
The construction tasks include:
- Building an environmentally controlled area for washing aircraft.
- Providing hangar space dedicated to corrosion treatment and repair, including limited paint removal and repainting.
- Creating corrosion control shops that encompass paint preparation and drying areas, abrasive blasting rooms, and booths for mixing and applying paint.
- Incorporating tool storage, lockers, and administrative areas within the facility.
- Installing approximately 1,500 square yards of airfield pavements.

Additionally, the project includes a base bid along with four options:
1. Option 1: Translucent Fiberglass Panel
2. Option 2: Screen Wall
3. Option 3: Alternate Roof (SSMR)
4. Option 4: Epoxy Flooring.

Brand name items required include:
- Fire alarm control panel: Monaco MAAP-X
- HVAC Chiller System: Trane North America
- Door Locks: Falcon Locksets with Falcon Brand Cores
- Direct Digital Control: Automated Logic Corporation WebCTRL Building Automation System.

Period of Performance
The contract duration is set for 540 calendar days following the notice to proceed.

Place of Performance
The construction will take place at Joint Base San Antonio – Kelly Field Annex in Texas.

Overview

Response Deadline
Aug. 3, 2024, 5:00 p.m. EDT Past Due
Posted
July 19, 2024, 6:28 p.m. EDT (updated: July 25, 2024, 1:46 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
JBSA Lackland, TX 78236 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
$10,000,000 - $25,000,000 (value based on agency estimated range)
Odds of Award
64%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 7/19/24 Department of the Army issued Presolicitation W50S78-24-B-0002 for Construct Corrosion Control Facility due 8/3/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1JZ.
Primary Contact
Name
Mark A. Green   Profile
Phone
(210) 925-7127

Secondary Contact

Name
Amanda Bogue   Profile
Phone
(520) 672-0953

Documents

Posted documents for Presolicitation W50S78-24-B-0002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W50S78-24-B-0002

Award Notifications

Agency published notification of awards for Presolicitation W50S78-24-B-0002

Contract Awards

Prime contracts awarded through Presolicitation W50S78-24-B-0002

Incumbent or Similar Awards

Contracts Similar to Presolicitation W50S78-24-B-0002

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W50S78-24-B-0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W50S78-24-B-0002

Experts for Construct Corrosion Control Facility

Recommended experts avaliable for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7N2 USPFO ACTIVITY TXANG 149
FPDS Organization Code
2100-W50S78
Source Organization Code
500044157
Last Updated
Aug. 18, 2024
Last Updated By
joel.yerkey.1@us.af.mil
Archive Date
Aug. 18, 2024