SOLICITATION NOTICE
Y -- ADD/ ALTER (ADAL) FIRE CRASH RESCUE STATION BLDG 510
- Notice Date
- 4/10/2024 8:19:16 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG CRTC CAMP DOUGLAS WI 54618-5001 USA
- ZIP Code
- 54618-5001
- Solicitation Number
- W50S9H-24-B-0001
- Response Due
- 4/27/2024 11:00:00 AM
- Archive Date
- 05/12/2024
- Point of Contact
- Seth I. Swieter, Katherine Fox
- E-Mail Address
-
seth.swieter@us.af.mil, katherine.fox@us.af.mil
(seth.swieter@us.af.mil, katherine.fox@us.af.mil)
- Description
- NAICS Code: 236220 - Commercial and Institutional Building Construction 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 YAQF049026 Add/ Alter (ADAL) Fire Crash Rescue Station Bldg. 510 at the Volk Field Combat Readiness Training Center (CRTC) � Volk Field Air National Guard Base, Camp Douglas, WI. The project seeks to construct a new 3,430 SF facility addition, renovate approximately 15,970 square feet (SF) of existing facility.� The facility requires upgrades to the existing lighting, Heating, Ventilation, and Air Conditioning (HVAC), glazing, Exterior Finish Insulation System (EFIS), fire detection/suppression, security systems, as well as other facility components. Typical work includes but is not limited to minor demolition; site utilities/grading/paving; new mechanical, electrical, plumbing, and technology systems; and upgrading the facilities architectural finishes. All work shall be in accordance with Add to Fire/ Crash Rescue Station and Repair Fire/ Crash Rescue Station, Bldg. 510 design requirements, specifications, and drawings provided within the master specifications.. 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 � Repair Fire/ Crash Rescue Station, Bldg. 510 (Base Bid) � Renovation CLIN 0002 � Lead and Asbestos Remediation CLIN 0003 � Communications Cabling and Equipment CLIN 0004 � Add to Fire Crash Rescue Station (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 0005 (Option #1) � Security Cameras in Apparatus Bays CLIN 0006 (Option #2) � Training Room Casework CLIN 0007 (Option #3) � Window Shades CLIN 0008 (Option #4) � Display Wall CLIN 0009 (Option #5) � Exterior Signage CLIN 0010 (Option #6) � Equipment Yard Screen The contract duration will be 365 calendar days after notice to proceed to include inspection and punch list. This project is set aside unrestricted. 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 $5,000,000 and $10,000,000. 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.�������� 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 13 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 Volk Field CRTC, Camp Douglas, 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 and seth.swieter@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 www.SAM.gov. In accordance with FAR 36.211(b), the following information is provided: 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. 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 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f32d69fca91f4125bd430362ace20d28/view)
- Place of Performance
- Address: Camp Douglas, WI 54618, USA
- Zip Code: 54618
- Country: USA
- Zip Code: 54618
- Record
- SN07025951-F 20240412/240410230046 (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 |