Search Contract Opportunities

PSTE 189001 Construct F16 Mission Training Center   3

ID: W50S95-23-B-0001 • Type: Presolicitation • Match:  90%
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Updated Synopsis: PSTE 189001 Construct F16 Mission Training Center

Classification Code: Y1EZ Construction of Other Industrial Buildings

Set Aside: Small Business NAICS Code: 236220 Commercial and Institutional Building Construction

Size Standard: $39,500,000.00

Place of performance is McEntire JNGB Eastover, South Carolina.

The USPFO for South Carolina intends to issue an 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 for repairs to the existing runway pavements. The scope of this project is to demo existing LRS building 958 and construct new Mission Training Center (MTC). The new MTC will consist of four simulator bays with supporting spaces. The site construction will consist of substructure, exterior building, interior, HVAC, electrical, plumbing, fire protection, communication, and demolition. The new mission training center facility will be compatible with all applicable Department of Defense (DoD), Air Force, and installation design standards and criteria. In addition, local materials and construction techniques shall be used where cost effective. The work is located at McEntire Joint National Guard Base (ANG) near Eastover in Richland County, South Carolina. The base award CLINS are anticipated to be as follow:

CLIN 0001 Base Bid Construct F16 MTC and demo existing building 958

CLIN 0002: (Option 1) Additional Brick Masonry

CLIN 0003: (Option 2) Vertical Building Entry Monolith

CLIN 0004: (Option 3) Interior Floor Finishes

CLIN 0005: (Option 4) Building Interior Signage

CLIN 0006: (Option 5) HMA Parking Spaces

CLIN 0007: (Option 6) Masonry Wall (2 Segments Only)

CLIN 0008: (Option 7) Concrete at Mechanical Yard

CLIN 0009: (Option 8) Illuminated Insignia Sign

CLIN 0010: (Option 9) HMA Driveway Pavements

CLIN 0011: (Option 10) Landscaping, Trees, and Shrubs

The contract duration is 548 days after notice to proceed. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000.00. The magnitude of the project is between $5,000,000.00 and $10,000,000.00.

BRAND NAME/SOLE SOURCE: This project requires a brand name specific products and Sole Source requirements. A justification will be posted upon issuance of and attached to the solicitation. The brand name products/Sole Source requirements included in this acquisition include the following:

1. ATI (Acoustic Technology, Inc.) Mass Notification Panels, Transceivers, Antennas & Fiber Interface

2. Stanley/Best Lock Systems (Master Key System, Cores & Locksets)

3. Monaco MAAP(+) (Fire Alarm Panel, Transceivers, Antennas & Fiber Interface

4. Armstrong Brand (Acoustical Ceiling Tile)

5. Bogan Communications (PA Speakers)

6. James River - Jumbo 12" (Toilet Paper Dispenser)

7. Georgia Pacific, Model #59462 Automatic Touchless, / Translucent Smoke (Paper Towel Dispenser)

8. GOJO Brand, #2740 (Soap Dispenser, Toilet Room)

9. Automatic Logic - Provided by Harris Integrated Solutions (HVAC Controls)

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 .

The tentative date for issuing the solicitation is on-or-about 20 December 2022. The tentative date for the pre-bid conference is on-or-about 5 January 2023, 9:00AM local time, location will be in 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 2 January 2022 via email to daniel.nuttall.2@us.af.mil and kevin.j.esber.mil@army.mil.

The bid opening date is scheduled for on-or about 19 January 2023. 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 and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov

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, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to a web pages. The Government will not issue paper copies.

Overview

Response Deadline
Nov. 30, 2022, 2:00 p.m. EST Past Due
Posted
Nov. 15, 2022, 9:13 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Eastover, SC 29044 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Odds of Award
64%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 11/15/22 Department of the Army issued Presolicitation W50S95-23-B-0001 for PSTE 189001 Construct F16 Mission Training Center due 11/30/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1EZ.
Primary Contact
Name
Daniel Nuttall   Profile
Phone
(803) 647-8387

Secondary Contact

Name
Kevin Esber   Profile
Phone
(803) 299-1450

Documents

Posted documents for Presolicitation W50S95-23-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 W50S95-23-B-0001

Award Notifications

Agency published notification of awards for Presolicitation W50S95-23-B-0001

Contract Awards

Prime contracts awarded through Presolicitation W50S95-23-B-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W50S95-23-B-0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W50S95-23-B-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NZ USPFO ACTIVITY SCANG 169
FPDS Organization Code
2100-W50S95
Source Organization Code
500044263
Last Updated
Dec. 15, 2022
Last Updated By
kevin.j.esber.mil@army.mil
Archive Date
Dec. 16, 2022