Search Contract Opportunities

WA State ANG Construct Air Support Group Operations Complex (ASOG)   2

ID: W50S9E23B0002 • 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
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 Washington State Guard intends to issue an Invitation for Bids 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 the Construction of non-personal construction services to construct an Air Support Group Operations Complex (ASOG) located at Camp Murray, Washington. The scope of this project includes construction of a conventional shallow foundation with special reinforced masonry shear wall with brick and metal panel veneer main facility. The main facility square footage is approximately 56,600 S.F. and includes administrative, warehouse, simulation, and gym space. Adjacent construction will include the construction of several cantilever, concrete slab on grade covered parking structures; total square footage is approximately 15,000 S.F. Additionally, the scope includes the construction of vehicle parking, and roadway extension of 41st Division Way.

The contract duration will be 670 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 $25,000,000 and $50,000,000.

The tentative date for issuing the solicitation is on-or-about the months of June to Aug. The tentative date for the pre-bid conference is on-or-about the months of Jun to Aug, 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 the date shown in the solicitation.

The bid opening date is tentatively planned for on-or-about the months of Jun to Aug. 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 SAM.gov.

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 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.

Brand names include American Signal, Monaco, Sherwin Williams, and Contech Engineering Solutions are sole source/brand name specific for compatibility with existing installation systems (noted justifications will be included with solicitation).

In addition to the base work described above, the solicitation will include the following option line items:

  1. Grub and retaining wall
  2. Paved personal owned vehicle parking lot and Infantry Dr in front of ASOG building
  3. Paving Infantry Dr. south of building
  4. Full landscaping
  5. Paving Infantry Dr. front of building
  6. Paving Armor Drive
  7. Fixed constructed building walls
  8. Include Installation of parking shelters
  9. Paved Government owned vehicles parking lot
  10. Fence to Enclose Government owned vehicles parking

Overview

Response Deadline
May 17, 2023, 7:00 p.m. EDT Past Due
Posted
May 2, 2023, 12:51 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Camp Murray, WA 98430 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
64%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/2/23 Department of the Army issued Presolicitation W50S9E23B0002 for WA State ANG Construct Air Support Group Operations Complex (ASOG) due 5/17/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AA.
Primary Contact
Name
Justin Scherer, SMSgt   Profile
Phone
(253) 512-2178

Documents

Posted documents for Presolicitation W50S9E23B0002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W50S9E23B0002

Contract Awards

Prime contracts awarded through Presolicitation W50S9E23B0002

Incumbent or Similar Awards

Contracts Similar to Presolicitation W50S9E23B0002

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W50S9E23B0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W50S9E23B0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7N6 USPFO ACTIVITY WAANG 194
FPDS Organization Code
2100-W50S9E
Source Organization Code
500044245
Last Updated
June 1, 2023
Last Updated By
justin.scherer.1@us.af.mil
Archive Date
June 2, 2023