Agency: | DEPT OF DEFENSE |
---|---|
State: | Wisconsin |
Type of Government: | Federal |
Category: |
|
Posted: | Mar 28, 2024 |
Due: | Apr 15, 2004 |
Solicitation No: | W50S9F-24-B-0001 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
The Wisconsin National 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 project XGFG219012 F-35 Munitions Maintenance, Inspection, and Assembly (M&I) Facility at the 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI. The work includes constructing a new 3,500 sq ft earth-covered, two-bay, conventional Munitions Maintenance, Inspection, and Assembly (M&I) facility to support F-35 mission-specific operations. The work also includes constructing a new Secure Work Area within the facility in accordance with ICD/ICS 705; and providing new mechanical systems, electrical systems, and fire protection systems. The facility will be designed as permanent construction in accordance with the DOD Unified Facilities Criteria (UFC) 1-200-01: DOD Building Code; UFC 1-200-02: High Performance and Sustainable Building Requirements; and UFC 4-420-01: Ammunition and Explosives Storage Magazines. This project will comply with DOD antiterrorism/force protection requirements per UFC 4-010-01. Special construction requirements include communications; surge protection; floor drains; shop compressed air; cypher doors; blast walls and doors; grounding; lightning protection; and exterior power and lighting. Site work includes constructing a Munitions Assembly Conveyor (MAC) pad and a new access road to the Munitions M&I Facility; modification to a portion of the security fencing in the area of work; adding new utilities and modifying existing utilities to serve the new facility; all associated earthwork and site improvements to support F-35 mission-specific operations in the facility; and incidental related work. 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 new construction.
The base award Contract Line Item(s) (CLINs) are anticipated to be as follows:
CLIN 0001 – F-35 M&I Facility 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) Bituminous Pavement and Storm Water Line
CLIN 0003 (Option #2) New Concrete Sidewalk
The contract duration will be 273 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 $1,000,000 and $5,000,000.
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 on-or-about 01 May 2024. The tentative date for the pre-bid conference is on-or-about 10 days after issuance of the solicitation and will be held at Truax Field, Madison, WI. Date, 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 two business days before the pre-bid conference via email to katherine.fox@us.af.mil.
This solicitation is an invitation for bids and there will be a formal public bid opening. The bid opening date is tentatively planned for on-or-about 30 days after issuance of the solicitation. 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:
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.
Apr 24, 2024 | [Solicitation (Original)] CONSTRUCT MUNITIONS MAINTENANCE, INSPECTION, AND ASSEMBLY (M&I) FACILITY |
With GovernmentContracts, you can:
...View Bid Back to Bids Solicitation Reference #: 2024-17PC Title: Construction Contractor... for ...
State Government of Wisconsin
Bid Due: 5/22/2024
...Bid Number: 2024-17PC Bid Title: Construction Contractor for Bridge Replacement Construction... sealed bids ...
Portage County
Bid Due: 5/22/2024
...CONTRACT NUMBER: 9372 CONTRACT: Forebay Construction Prairie Hills Ponds Percentage of Contract... Completed: ...
City of Madison
Bid Due: 8/29/2024
...RFP Number Title Starting Closing Status 24-FM-02 Racine County Courthouse South Lawn Construction ...
Racine County
Bid Due: 5/31/2024