Search Contract Opportunities

CONSTRUCT F-35 ALTER BUILDING 400 AMXS   4

ID: W50S9F-22-R-0006 • Type: Presolicitation
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

Synopsis: RFP with Sole Source Brand Name Requirements & Options Unrestricted
Document Type: Pre-solicitation Notice
Solicitation Number: W50S9F-22-R-0006
Classification Code: Y Construction of Structures and Facilities
NAICS Code: 236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI intends to issue a Request for Proposals (RFP) award a single firm fixed-price contract for services, non-personal, to all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to construct/alter Building 400 Aircraft Maintenance Squadron Hangar Facility. This project is to modify the existing aircraft hangar facility to accommodate the current and future mission of the facility. Scope of work will include, but is not limited to, alter the existing facility to accommodate F-35 operations to include demolishing and rebuilding the administration and maintenance areas; adding two ABA-compliant elevators; and bringing all required power (270 VDC), HVAC, and fire suppression to all aircraft parking spots. Project includes a partial roof replacement. The facility will receive an upgrade to the existing lightning protection and fall protection system to comply with F-35 requirements. This project will be registered with the United States Green Building Council (USGBC). All work will be in accordance with design requirements, specifications, and drawings provided within the master specifications. This solicitation will result in a single construction contract for both new construction and demolition.

The base award CLIN's are anticipated to be as follows:
CLIN 0001 F-35 Alter Building 400 AMXS
CLIN 0002 Communication Cabling & Equipment
CLIN 0003 Security Cabling & Equipment

In addition to a base price for the work describe above the solicitation is planned to include two options for this project, which are anticipated to be as follows:
CLIN 0004 (Option #1) Communication Tower
CLIN 0005 (Option #2) Aircraft Power
This project will be solicited as unrestricted. The HubZone preference in accordance with FAR 19.1307 applies. All responsible offerors are encouraged to participate. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The contract duration is 450 days from issuance of the Notice to Proceed. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000. The magnitude of construction for this project is between $10,000,000 and $25,000,000.
BRAND NAME: This project requires a brand name specific product. A justification will be posted upon issuance of and attached to the solicitation. The brand name products included in this acquisition include the following:
Advantor Security System, Andover DDC Software, Marshall Best Security Corp. premium YB series keys and cores, Monaco Vulcan Fire Alarm Panels.

Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2010-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 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 toward the 85 percent subcontract amount that cannot be exceeded .
The tentative date for issuing the solicitation is on or about 28 February 2022. A pre-proposal conference/site visit is anticipated to be held approximately 10 days after issuance of the solicitation and will be held at Truax Field, Madison, WI. Interested contractors are highly encouraged to attend and shall follow conference registration and Truax Field access requirements as provided in the solicitation. A site visit will immediately follow the pre-proposal conference.

The solicitation closing date will be scheduled for on-or-about 30 days after the date of the solicitation issuance. Actual dates and times 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 Technical, Past Performance and Price. The Government intends to award without discussions.
Interested offerors must be registered in System for Award Management (SAM) at the time an offer is submitted. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number, Taxpayer Identification Number (TIN), and banking information to register. Instructions for registering are on the SAM web page (there is no fee for registration).

The solicitation and associated information and the plans and specifications will be available only from the beta.SAM.GOV website online at https://SAM.GOV/. SAM.GOV is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.

This solicitation is not an invitation for bids and there will not be a formal public bid opening. 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. If you have any questions concerning this procurement you are encouraged to email your questions to dave.mattila.2@us.af.mil.
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 offeror's 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, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.

Overview

Response Deadline
Feb. 27, 2022, 4:00 p.m. EST Past Due
Posted
Jan. 26, 2022, 10:15 a.m. EST
Set Aside
None
Place of Performance
Madison, WI 53704 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
64%
On 1/26/22 Department of the Army issued Presolicitation W50S9F-22-R-0006 for CONSTRUCT F-35 ALTER BUILDING 400 AMXS due 2/27/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1AZ.
Primary Contact
Name
Major Dave Mattila   Profile
Phone
(608) 245-4788

Documents

Posted documents for Presolicitation W50S9F-22-R-0006

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W50S9F-22-R-0006

Award Notifications

Agency published notification of awards for Presolicitation W50S9F-22-R-0006

Contract Awards

Prime contracts awarded through Presolicitation W50S9F-22-R-0006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W50S9F-22-R-0006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W50S9F-22-R-0006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7N8 USPFO ACTIVITY WIANG 115
FPDS Organization Code
2100-W50S9F
Source Organization Code
500044309
Last Updated
March 14, 2022
Last Updated By
dave.mattila.2@us.af.mil
Archive Date
March 15, 2022