Search Contract Opportunities

F-35 THREE BAY SPECIALIZED HANGAR   4

ID: W50S9F-22-B-0001 • 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

Posted: April 25, 2022, 4:50 p.m. EDT

Synopsis: Unrestricted Invitation for Bid (IFB) with Sole Source Brand Name Requirements & Options
Document Type: Pre-solicitation Notice
Solicitation Number: W50S9F-22-B-0001
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 an Invitation For Bids (IFB) for award of a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to construct project XGFG189002 F-35 Construct 3-Bay Specialized Hangar facility. This project is to construct a new 3-Bay hangar compatible with the F-35 mission to be able to support fuel cell operations, indoor wash requirements, squadron level surface coating operations and weapons load training (WLT) operations. Construction will also require the complete demolition of Building 414 (19,875 SF) prior to building the new 3-Bay Specialized Hangar (31,000 SF). Scope of work will include, but is not limited to, demolish Building 414 completely and construct a new three bay hangar and associated shop and administrative space. Hangar bays will consist of pre-conditioned aircraft air, 270 VDC aircraft power, fire suppression, and hangar bay HVAC. Administrative and shop spaces as well as space to accommodate future paint booth and composite make-up clean/dirty spaces. Facility will also require a lightning protection system, fall protection (interior and exterior) and an Advantor security system. 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 Contract Line Item(s) (CLINs) are anticipated to be as follows:
CLIN 0001 F-35 3-Bay Hangar Construction Base Bid

In addition to a base price for the work described above, the solicitation will include two options for this project, which are anticipated to be as follows:
CLIN 0002 (Option #1) PAINT/MIX ADDITION
CLIN 0003 (Option #2) AIRCRAFT RATED PAVEMENT
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 to be submitted by the apparent low bidder prior to award. 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 $25,000,000 and $100,000,000.
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:
1. Advantor Security System
2. Andover DDC Software
3. Marshall Best Security Corp. premium YB series keys and cores
4. Monaco Vulcan Fire Alarm Panels

Award will be made to the responsive and responsible lowest bidder. The tentative date for issuing the solicitation is anticipated late April 2022 to early May 2022. A pre-bid conference/site visit it 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-bid conference. The solicitation closing date will be scheduled for a minimum of 30 days after the date of the solicitation issuance. Actual dates and times will be identified in the solicitation. 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 of bid submission. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS/UEI 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 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 an invitation for bids 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://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

Posted: April 11, 2022, 11:07 a.m. EDT
Posted: March 18, 2022, 12:43 p.m. EDT

Overview

Response Deadline
May 5, 2022, 4:00 p.m. EDT (original: April 15, 2022, 4:00 p.m. EDT) Past Due
Posted
March 18, 2022, 12:43 p.m. EDT (updated: April 25, 2022, 4:50 p.m. EDT)
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 3/18/22 Department of the Army issued Presolicitation W50S9F-22-B-0001 for F-35 THREE BAY SPECIALIZED HANGAR due 5/5/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1BZ.
Primary Contact
Name
Major Dave Mattila   Profile
Phone
(608) 245-4788

Secondary Contact

Name
Mr. Michael D. Dixon   Profile
Phone
None

Documents

Posted documents for Presolicitation W50S9F-22-B-0001

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-B-0001

Award Notifications

Agency published notification of awards for Presolicitation W50S9F-22-B-0001

Contract Awards

Prime contracts awarded through Presolicitation W50S9F-22-B-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W50S9F-22-B-0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W50S9F-22-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
May 20, 2022
Last Updated By
dave.mattila.2@us.af.mil
Archive Date
May 21, 2022