Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOLICITATION NOTICE

Y -- CONSTRUCT INTERIM BUILDING FOR F-35 PSC/XRL

Notice Date
5/16/2023 2:08:26 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823230007
 
Response Due
5/31/2023 10:00:00 AM
 
Point of Contact
Madison Davis, Phone: 8508820297, Elona N. Jarrell
 
E-Mail Address
madison.davis.6@us.af.mil, elona.jarrell.1@us.af.mil
(madison.davis.6@us.af.mil, elona.jarrell.1@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SYNOPSIS AT FA282323R0007 Eglin Air Force Base (AFB), FL has a requirement to provide all construction efforts required to Construct Interim Building for F-35PSC/XRL.� The North American Industry Classification System (NAICS) code for this requirement is 236220 Commercial and Institutional Building Construction with a size standard of $45M.� Statement of Magnitude is between $10,000,000.00 and $25,000,000.00. This requirement will be competed as a Competitive 8(a) Small Business Set-Aside in accordance with FAR 19.5. The purpose of this project is to PURCHASE and NOT LEASE from a company that manufacturer�s modular building units that are experienced in the SAPF/SCIF ICD 705 construction and have an accredited secure facility in to perform this work. An appointed government security representative will inspect and approve the facility and periodically inspect the construction of the modules at critical moments prior to concealment, as they progress. The appointed government security representative will be allowed facility access at any time and may task the manufacturer with producing photographic documents during the process. This is a temporary, pre-engineered modular structure of approximately 13,800 interior square feet, one story, administrative facility for PSC/XRL. The typical modular unit is 13�-9� x 70�-0�, with free-span interior, there will 14 of these �ganged together�, with an additional half-module serving as a mechanical room. This new facility will be a SAPF with select areas designed to ICD 705 standards. Interior spaces will include open and private offices, conference rooms, work rooms, a break room, storage, and latrines. Additionally, there are typical building support functions including mechanical, electrical, fire protection and communications equipment rooms. The interior finishes consist of acoustical ceiling tile including a moisture resistant tile for wet areas, impact resistant acrylic corner guards, porcelain tile on flooring and walls, acrylic/silicone resin grout, modular carpet tile, heavy duty walk off carpet tile, luxury vinyl tile planks, static dissipative tile for the Comm Room, painted walls, trim and ceilings, plastic laminate casework, thermoplastic rubber wall base, acrylic signs, HDPE toilet partitions, solid surface counter tops, and factory stained doors. The FF&E shall be procured and installed by general contractor. Refer to the SID and FF&E packages and notes on the Interior drawings for more details. The project will comply with applicable DoD, Air Force, and base standards with Unified Facility Criteria (UFC) 3-535-01 as the lead guidance document. The performance period is anticipated to be 365 days after the Notice to Proceed (NTP).� The above general description of work does not in any way limit the responsibility of the contractor to perform all work and furnish all labor, materials, and equipment in accordance with the specifications. Proposals are not being requested or accepted at this time.� As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.� No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.� The decision to solicit for a contract shall be solely within the Government�s discretion The Request for Proposal (RFP) will be available on SAM.gov on or about 31 May 2023. Prospective contractors must be registered in the System for Award Management (SAM) database prior to award of a Government contract. Offerors are further advised that failure to register in the SAM database will render your firm ineligible for award. Registration requires applicants to have a SAM Unique Entity ID; recommend registering immediately in order to be eligible for timely award. The solicitation will be available only via the Internet at the following address: SAM.gov.� For information on how to register your company on https://piee.eb.mil/, to view or receive updates and notifications to the solicitation, please reference the guides located on the web site home page. NO paper copies of the impending solicitation will be furnished. Point of Contact: Madison Davis/Contracting Specialist/Email: madison.davis.6@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/87001b07f41b43918192beada35b196a/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06683851-F 20230518/230517212022 (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.