Search Contract Opportunities

F-35 Construct Combined Weapons Facility (CWF)   4

ID: W50S6Y-25-B-A004 • 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
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

Invitation for Bids (IFB) Set-Aside for Small Businesses

NAICS Code: 236220 - Commercial and Institutional Building Construction

The Florida National Guard intends to issue an Invitation for Bids to award a single firm fixed-price construction contract to provide all plant, labor, new and current material, transportation, tools, equipment, appliances, supplies, services, permits, insurance, and supervision necessary to Construct the F-35 Combined Weapons Facility (CWF). In support of the F-35 Conversion, this project consists of constructing a 22,696 square-foot Consolidated Weapons Facility with a Hangar Bay for Load Crew Training, back-shops for Weapons and Release Systems Shops, admin/offices, classroom, break room, and restroom. The project will also include environmental remediation of the project site, demolition of existing structures (B1404, B1422, B1022), and installation of asphalt and concrete pavements in accordance with SPECIFICATIONS B-3 Project # LSGA239001 and DRAWINGS B-3 Project # LSGA239001. The CWF will be located on the Flight Line, west of the Sunshades.

Specification of Brand Name Items:

Advantor security system, Best Locks key cores, JCI Metasys DDC controls and Monaco fire system are sole source/brand name specific for compatibility with existing installation systems (noted justifications will be included with solicitation).

Optional line items: No options are intended.

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 Businesses. 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 on-or-about 4 February 2025. The tentative date for the pre-bid conference is on-or-about 18 February 2025, 0900 local 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 13 February 2025 via email to 125msg.msc.contracting@us.af.mil, frederick.cherry.1@us.af.mil, mark.penwell.1@us.af.mil, and matthew.j.michael2.civ@army.mil.

The bid opening date is tentatively planned for on-or-about 6 March 2025 0900am. 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 solicitation and associated information will be available only from the Contract Opportunities page at https://SAM.GOV. You will then need to access SAM to find the contracting opportunity.

Your attention is directed to FAR clause 52.219-14(e)(3), LIMITATIONS ON SUBCONTRACTING, which states By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the 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 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.

Overview

Response Deadline
Jan. 31, 2025, 10:00 a.m. EST Past Due
Posted
Jan. 17, 2025, 10:29 a.m. EST
Set Aside
Small Business (SBA)
Place of Performance
FL 32218 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
64%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 1/17/25 Department of the Army issued Presolicitation W50S6Y-25-B-A004 for F-35 Construct Combined Weapons Facility (CWF) due 1/31/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1EB.
Primary Contact
Name
Matt Michael   Profile
Phone
None

Secondary Contact

Name
TSgt Frederick Cherry   Profile
Phone
(904) 741-7405

Additional Contacts in Documents

Title Name Email Phone
None Mark Penwell Profile mark.penwell.1@us.af.mil None

Documents

Posted documents for Presolicitation W50S6Y-25-B-A004

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W50S6Y-25-B-A004

Award Notifications

Agency published notification of awards for Presolicitation W50S6Y-25-B-A004

Contract Awards

Prime contracts awarded through Presolicitation W50S6Y-25-B-A004

Incumbent or Similar Awards

Contracts Similar to Presolicitation W50S6Y-25-B-A004

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W50S6Y-25-B-A004

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W50S6Y-25-B-A004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7M2 USPFO ACTIVITY FLANG 125
FPDS Organization Code
2100-W50S6Y
Source Organization Code
500044171
Last Updated
Feb. 15, 2025
Last Updated By
matthew.j.michael2.civ@army.mil
Archive Date
Feb. 15, 2025