SOLICITATION NOTICE
Y -- Construct VM/AGE Complex
- Notice Date
- 9/16/2024 12:46:22 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7N9 USPFO ACTIVITY WYANG 153 CHEYENNE WY 82009-4799 USA
- ZIP Code
- 82009-4799
- Solicitation Number
- W50S8W24R0001
- Response Due
- 9/30/2024 9:00:00 AM
- Archive Date
- 10/15/2024
- Point of Contact
- Christopher Davalos, Phone: 3077726887, Christopher Davalos, Phone: 3077726887
- E-Mail Address
-
christopher.davalos.1@us.af.mil, christopher.davalos.1@us.af.mil
(christopher.davalos.1@us.af.mil, christopher.davalos.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Single Project RFP Set-Aside for Small Businesses NAICS Code: 236220 � Commercial and Institutional Building Construction The Wyoming Air National Guard intends to issue a Request for Proposals (RFP) 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 to Construct Vehicle Maintenance (VM)/Aerospace Ground Equipment (AGE) Complex at the 153d Airlift Wing (AW) in Cheyenne, Wyoming. The contract duration will be 427 days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Businesses. 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 $10,000,000 and $25,000,000. The tentative date for issuing the solicitation is on-or-about 30 September 2024. The tentative date for the pre-proposal conference is on-or-about 15 October 2024, 09:00 a.m. local time (MDT), 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 preproposal conference. All questions for the pre-bid conference must via email to christopher.davalos.1@us.af.mil & robert.rodriguezsantiago.civ@army.mil. The solicitation closing date is tentatively planned for on-or-about 12 November 2024. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with the Source Selection Procedures described in FAR 15.3, DFARS 215.3, and AFARS 5115.3. Evaluation factors include Technical Capability, Past Performance and Price. The Government intends to award a contract without conducting discussions. 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 SAM.gov. This solicitation is not an invitation for bids and there will not be a formal public bid opening. 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 SAM.gov. If you have any questions concerning this procurement you are encouraged to email your questions to christopher.davalos.1@us.af.mil, �robert.rodriguezsantiago.civ@army.mil, & daniel.r.tatro.civ@army.mil. Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees 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 further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded�. 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. In addition to the base work described above, the solicitation will include the following option line items: 1. (Option 1 � Cold Storage Bay); 2. (Option 2 � Vehicle Maintenance Wash Bay); 3. (Option 3 � Heated Parking Shed); 4. (Option 4 � Vehicle Operations Parking Shed); 5. (Option 5 � Crane & Rail for Vehicle Maintenance Wash Bay); 6. (Option 6 � Crane & Rail for Refueling); 7. (Option 7 � Demolish Existing Buildings); 8. (Option 8 � Demolish 7� Th Concrete Taxiway & Install Asphalt Pavement). �Funds are not presently available for this acquisition. The Government anticipates funds will become available prior to award as this action has been identified on the National Guard priority list. No contract award will be made until appropriated funds are made available.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f0e5413606a24786adc6a17b0badc5d3/view)
- Place of Performance
- Address: Cheyenne, WY 82009, USA
- Zip Code: 82009
- Country: USA
- Zip Code: 82009
- Record
- SN07212409-F 20240918/240916230114 (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 |