Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

Y -- F-35 Alter Hangar 406

Notice Date
2/22/2021 9:43:56 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-21-B-0001
 
Response Due
3/8/2021 1:00:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
Katherine Pinnow
 
E-Mail Address
katherine.m.pinnow.civ@mail.mil
(katherine.m.pinnow.civ@mail.mil)
 
Description
The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI intends to issue a 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 to alter an F-35 Aircraft Hangar.� This project seeks to demolish 19,913 SF of hangar shop space and reconfigure this area for F-35 aircraft maintenance operations.� These shop spaces will consist of lavatories, office space, break rooms, mechanical spaces and repair shops for �Wheel and Tire�, �Welding�, �Egress�, and �Structural�.� Additionally, 19,803 SF of hangar space will be modified to accommodate F-35 aircraft.� This will include, High Expansion Foam (HEF) fire suppression system modifications, aircraft make-up power and air systems, and lightning protection.� Typical work includes, but is not limited to: mechanical systems, plumbing, waste water, electrical and technology systems. Strict adherence to construction plans and specifications is absolutely necessary to ensure compliance with F-35 Facilities Requirements Document.� Any deviations in addition to the Government approving must independently be approved by Air Combat Command and Lockheed Martin.� Asbestos removal in small amounts may also be required.� Typical communications work includes, but is not be limited to, all cabling for the entire project.� Typical security hardware work includes, but is not be limited to, the balanced magnetic switches, cameras, motion sensors, etc needed to secure the facility.� 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 demolition and new construction. OPTIONS: Options will be used for this project in addition to the previous work described. There will be a total of two (2) options. Options are as follows: Fire Protection Runoff Storage Perimeter Trench Infill & Slab 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: Advantor Security System, Andover Direct Digital Control, Marshall Best Security Corporations premium YB series keys and cores, and Monaco Enterprises, Inc radio transceiver. This project will be solicited as unrestricted.� The HubZone preference in accordance with FAR 19.1307 applies. All responsible bidders are encouraged to participate. A Small Business Subcontracting Plan will be required if the bidder is a large business.� The date for submittal of the Subcontracting Plan will be established in the Determination of Responsibility letter sent to the apparent low bidder after bid opening.� The contract duration is 365 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 average annual revenue for the previous three (3) years.� The magnitude is between $10,000,000 and $25,000,000. Award will be made to the responsive and responsible lowest bidder.� A pre-bid conference/site visit is on 16 February 2021, 9:00AM CST.� 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 is 8 March 2021.� 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 a bid is submitted. To register go to: https://www.sam.gov/. You will need your DUNS 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 beta.SAM.GOV website online at https://beta.sam.gov/. �beta.sam.gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. This solicitation is an invitation for bid 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://beta.sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the bidder�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 a bidders 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 will be provided in writing via posting to the web. 16 February 2021-Added the following documents: Amendment 1, Pre Bid Conference Slides and Sign In Sheets for 19 Feb 21 site visit.. 22 February 2021-Added the following document: Sign In Sheets for 22 Feb 21 site visit.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f740a11f7ed1400bb0d1b294d6fb0a5f/view)
 
Place of Performance
Address: Ma, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN05922846-F 20210224/210222230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.