Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2025 SAM #8636
SOLICITATION NOTICE

Z -- Design-Build Renovate B1601 for Drug Demand Reduction Program

Notice Date
7/17/2025 2:01:59 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4819 325 CONS PKP TYNDALL AFB FL 32403 USA
 
ZIP Code
32403
 
Solicitation Number
FA481925R0022
 
Response Due
7/25/2025 12:00:00 PM
 
Archive Date
08/09/2025
 
Point of Contact
Tanya Gutka, Phone: 8502838650
 
E-Mail Address
tanya.gutka@us.af.mil
(tanya.gutka@us.af.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business
 
Description
This is the official solicitation synopsis for the Design-Build project to Renovate B1601 for the Drug Demand Reduction Program contract at Tyndall Air Force Base, FL. This will be a single award, firm fixed contract. The Contractor shall be responsible for all professional services, permits, equipment, labor, tools, materials, and ancillary items necessary to complete the tasks defined by the Scope of Work (SOW). The performed tasks shall be based on the project description, other data furnished in this SOW, and information covered during a pre-construction/criteria review meeting to be held prior to Contractor mobilization. The SOW sets for the requirements for a Request for Proposal (RFP) contract site specific construction effort for the Design-Build project to Renovate B1601 for the Drug Demand Reduction Program located on Tyndall AFB, Florida. The Contractor shall adhere to the following guidance during construction phase(s) of this project: all applicable Unified Facilities Criteria (UFC), Uniform Building Code (UBC), those sections of the Southern Standard Building Codes not incorporated in the UBC/International Building Code (IBC) for our respective area, Air Force Standards, Department of Defense (DOD) Directives, Florida State Statutes, the Tyndall AFB Facility Excellence Plan (Base Regulations), National Electric Code (NEC), Occupational Safety and Health Administration (OSHA) Requirements, Department of Environmental Protection (DEP) Regulations, Environmental Protection Agency (EPA) Regulations, and any related Americans with Disabilities Act (ADA) Compliance Requirements. If there is a conflict between these codes, regulations and specifications, the most stringent requirements shall apply at all times. Documents listed by and/or provided by the Government are for reference only and do not relieve the Contractor from adherence with applicable codes not specifically addressed. The Contractor shall perform the required services in accordance with the SOW, applicable Construction Wage Rate, and all other contract terms and conditions. All work shall be accomplished in accordance with contract documents and most recent Federal and State regulations. The North American Industry Classification Systems (NAICS) code 236220 will apply to this acquisition. The size standard for this NAICS code is $45M. This requirement is being solicited as a Women-Owned Small Business (WOSB) Program set-aside. In accordance with FAR 36.204(e), the magnitude for this project is between $500,000 and $1,000,000. The period of performance is for 360 calendar days total for design and build after notice to proceed. All work shall be in strict compliance with the specifications of the contract. The successful offeror will be selected using Lowest Price Technically Acceptable (LPTA) source selection procedure. It is anticipated that the solicitation will be issued electronically on or about 25 July 2025, on the SAM webpage. Paper copies will not be available. Once the solicitation is posted, interested parties are advised to review this site frequently for any updates and/or amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation and all attachments: Microsoft Word (.doc), Microsoft Excel (.xlsx), Adobe Acrobat Reader (.pdf) and WinZip (.zip or .exe). The Government intends to hold a site visit. The exact date and time will be identified in the solicitation. Potential offerors are limited to two people per contractor at the site visit. The entire RFP will be made available only on the SAM website, www.sam.gov. Potential offerors are responsible for monitoring this site for release of this document and subsequent amendments. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). If necessary, register via the SAM website, www.sam.gov. All responsible sources may submit a proposal that shall be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of SAM. No offeror�s mailing list will be maintained. Any questions regarding this notice should be directed to the 325th Contracting Construction Flight at tanya.gutka@us.af.mil and cole.anderson.9@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8e1fc23034a545a1a28bb81fae523571/view)
 
Place of Performance
Address: Tyndall AFB, FL 32403, USA
Zip Code: 32403
Country: USA
 
Record
SN07513408-F 20250719/250717230049 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.