Search Contract Opportunities

F-35 Alter Hangar 406   4

ID: W50S9F-21-B-0001 • Type: Solicitation
HigherGov Subscribers Knew about This Opportunity Months Ago

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

Description

Posted: March 24, 2021, 5:11 p.m. EDT

The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI intends to issue a 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 alter an F-35 Aircraft Hangar. This project seeks to demolish 19,913 SF of hangar shop space and reconfigure this area for F-35 aircraft maintenance operations. These shop spaces will consist of lavatories, office space, break rooms, mechanical spaces and repair shops for Wheel and Tire , Welding , Egress , and Structural . Additionally, 19,803 SF of hangar space will be modified to accommodate F-35 aircraft. This will include, High Expansion Foam (HEF) fire suppression system modifications, aircraft make-up power and air systems, and lightning protection. Typical work includes, but is not limited to: mechanical systems, plumbing, waste water, electrical and technology systems. Strict adherence to construction plans and specifications is absolutely necessary to ensure compliance with F-35 Facilities Requirements Document. Any deviations in addition to the Government approving must independently be approved by Air Combat Command and Lockheed Martin. Asbestos removal in small amounts may also be required. Typical communications work includes, but is not be limited to, all cabling for the entire project. Typical security hardware work includes, but is not be limited to, the balanced magnetic switches, cameras, motion sensors, etc needed to secure the facility. 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 demolition and new construction.

OPTIONS: Options will be used for this project in addition to the previous work described. There will be a total of two (2) options. Options are as follows:

  1. Fire Protection Runoff Storage
  2. Perimeter Trench Infill & Slab

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 Direct Digital Control, Marshall Best Security Corporations premium YB series keys and cores, and Monaco Enterprises, Inc radio transceiver.

This project will be solicited as unrestricted. The HubZone preference in accordance with FAR 19.1307 applies. All responsible bidders are encouraged to participate. A Small Business Subcontracting Plan will be required if the bidder is a large business. The date for submittal of the Subcontracting Plan will be established in the Determination of Responsibility letter sent to the apparent low bidder after bid opening. The contract duration is 365 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 average annual revenue for the previous three (3) years. The magnitude is between $10,000,000 and $25,000,000.

Award will be made to the responsive and responsible lowest bidder. A pre-bid conference/site visit is on 16 February 2021, 9:00AM CST. 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-bid conference.

The solicitation closing date is 17 March 2021. The bid opening will be conducted in accordance with FAR Subpart 14.4 and DFARS Subpart 214.4, Opening of Bids and Contract Award.

Interested bidders must be registered in System for Award Management (SAM) at the time a bid is submitted. To register go to: https://www.sam.gov/. 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://beta.sam.gov/. beta.sam.gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.

This solicitation is an invitation for bid and there will be a formal public bid opening.

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 bidder'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 a bidders 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.

16 February 2021-Added the following documents: Amendment 0001, Pre Bid Conference Slides and Sign In Sheets for 19 Feb 21 site visit.

22 February 2021-Added the following document: Sign In Sheets for 22 Feb 21 site visit.

02 March 2021-Added the following document: Amendment 0002

03 March 2021-Added the following documents: Amendment 0003, Q&A 1-25, Revised specs: Specs TOC, 07 24 00, 07 27 26, 09 67 23.13, 10 22 39, and 32 92 19, Revised plans A-131, A-201, C-101, and C-121, Geotechnical Report

05 March 2021-Added the following documents: Amendment 0004, Q&A 26-112, Numerous revised specifications & drawings, Asbestos & Lead Report, and Existing Roof Warranty

10 March 2021-Added the following documents: Amendment 0005, Q&A 113-141, numerous revised specifications & drawings, and revised submittal tracker.

12 March 2021-Added the following documents: Amendment 0006, Q&A 142-143, revised spec 23 07 00

15 March 2021-Added the following document: Amendment 0007

24 March 2021-Abstract of Offers Posted

Posted: March 24, 2021, 5:06 p.m. EDT
Posted: March 15, 2021, 1:00 p.m. EDT
Posted: March 12, 2021, 9:04 a.m. EST
Posted: March 10, 2021, 8:12 p.m. EST
Posted: March 5, 2021, 4:35 p.m. EST
Posted: March 3, 2021, 11:26 a.m. EST
Posted: March 2, 2021, 12:41 p.m. EST
Posted: Feb. 22, 2021, 12:43 p.m. EST
Posted: Feb. 16, 2021, 3:24 p.m. EST
Posted: Feb. 16, 2021, 3:19 p.m. EST
Posted: Feb. 4, 2021, 3:40 p.m. EST

Overview

Response Deadline
March 17, 2021, 4:00 p.m. EDT (original: March 8, 2021, 4:00 p.m. EST) Past Due
Posted
Feb. 4, 2021, 3:40 p.m. EST (updated: March 24, 2021, 5:11 p.m. EDT)
Set Aside
None
Place of Performance
Ma, WI 53704 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 2/4/21 Department of the Army issued Solicitation W50S9F-21-B-0001 for F-35 Alter Hangar 406 due 3/17/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1BZ.
Primary Contact
Name
Kate Fox   Profile
Phone
None

Documents

Posted documents for Solicitation W50S9F-21-B-0001

Opportunity Lifecycle

Procurement notices related to Solicitation W50S9F-21-B-0001

Award Notifications

Agency published notification of awards for Solicitation W50S9F-21-B-0001

Contract Awards

Prime contracts awarded through Solicitation W50S9F-21-B-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W50S9F-21-B-0001

Similar Active Opportunities

Open contract opportunities similar to Solicitation W50S9F-21-B-0001

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
Dec. 31, 2021
Last Updated By
katherine.fox@us.af.mil
Archive Date
Dec. 31, 2021