SOLICITATION NOTICE
Y -- 183 CES Repair Vehicle Barriers
- Notice Date
- 7/21/2025 7:36:45 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7M6 USPFO ACTIVITY ILANG 183 SPRINGFIELD IL 62707-5003 USA
- ZIP Code
- 62707-5003
- Solicitation Number
- DCFT232007
- Archive Date
- 12/31/2025
- Point of Contact
- Alicia C. Braun, Phone: 2177571265, Amanda Brenizer, Phone: 2177571251
- E-Mail Address
-
Alicia.Braun@us.af.mil, Amanda.Brenizer@us.af.mil
(Alicia.Braun@us.af.mil, Amanda.Brenizer@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The 183d Wing, Illinois Air National Guard, 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 Repair Vehicle Barriers in Springfield, IL (Sangamon County). Existing hydraulic barriers experience noticeable delays in function and only work in emergency mode which does not meet regulations or intent of normal operations. Work of this contract comprises providing all materials, tools, equipment, and labor necessary to remove existing hydraulic wedge type barriers, install two (2) new final denial drop arm style barriers, and verify proper operation upon completion at the Main Gate entrance. All work will be accomplished as required to meet current codes and Department of Air Force Instruction (DAFI) requirements. The contract duration is 180 days after the notice to proceed (NTP). This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $45,000,000. The magnitude is between $500,000 and $1,000,000. The tentative date for issuing the solicitation is early August 2025. The tentative date for the pre-bid conference is mid-August 2025, location and time will be in solicitation. Interested contractors are highly encouraged to attend and shall follow site visit 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 not later than (NLT) the date listed in the solicitation via email to Capt Alicia Braun at Alicia.Braun@us.af.mil and MSgt Amanda Brenizer at Amanda.Brenizer@us.af.mil. The bid opening date is scheduled tentatively around early September 2025. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in SAM. To register go to: https://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 website online at https://SAM.gov. Contract Opportunities is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with Contract Opportunities before accessing the system. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY. Your attention is directed to FAR CLAUSE 52.219-14 (e) (3) LIMITATIONS ON SUBCONTRACTING which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees that 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 subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded.� applies to this project. 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 https://SAM.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors 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 offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferably via email, to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 183d Wing, Illinois Air National Guard Base, Springfield, IL.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/955114a2a7764462a632f385c1c54d97/view)
- Place of Performance
- Address: Springfield, IL 62707, USA
- Zip Code: 62707
- Country: USA
- Zip Code: 62707
- Record
- SN07517281-F 20250723/250721230043 (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 |