Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2025 SAM #8445
SOLICITATION NOTICE

Z -- Rennovate_Expand Bld 1265

Notice Date
1/8/2025 8:21:48 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4819 325 CONS PKP TYNDALL AFB FL 32403-5521 USA
 
ZIP Code
32403-5521
 
Solicitation Number
FA481925R1265
 
Response Due
1/31/2025 10:30:00 AM
 
Archive Date
06/30/2025
 
Point of Contact
Bernard Husted, Phone: 8502833692
 
E-Mail Address
bernard.husted.2@us.af.mil
(bernard.husted.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is the official pre-solicitation synopsis for the Renovate/Expand Bldg 1265 contract at Tyndall Air Force Base, FL. This will be a single award, firm-fixed price 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 Statement 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 forth the requirements for a Sustainment, Restoration and Modernization (SRM) Acquisition Request for Proposal (RFP) contract site specific construction effort for renovation and expansion of Bldg 1265 located on Tyndall AFB, Florida. The Contractor shall adhere to the following guidance during construction phase(s) of this project: Unified Facilities Criteria (UFC) 3-250-01, UFC 3-250-03, UFC 3-600-01, United States Army Corps of Engineers, 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, Florida Department of Transportation (FDOT), the Tyndall AFB Facility Excellence Plan (Base Regulations), National Electric Code (NEC), Occupational Safety and Health Administration (OSHA) Requirements, State and Federal Department of Environmental Protection (DEP) Regulations, Environmental Protection Agency (EPA) Regulations, ICD-705 Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities, 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 also perform the required services in accordance with the SOW, applicable Service Contract Act Wage Determination, and all other contract terms and conditions.NOTE: All prospective contractors must be registered in the System for Award Management (SAM) database in order to be eligible for award. For information on registration, please refer to www.SAM.gov. Registration may take up to three weeks to process. The PIEE Solicitation Module will be utilized to issue solicitations to SAM and will be how your company submits proposals to the government. If you have utilized the PIEE Solicitation module before then no action should be required on your part except to ensure you still have access and your users are current. If you have never used the PIEE Solicitation module, instructions can be found here: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf All work shall be accomplished in accordance with contract documents and most recent Federal and State regulations. The North American Industry Classification System (NAICS) code 236220 will apply to this acquisition. The size standard for this NAICS code is $36.5M. This requirement is being solicited as a 100% Total Small Business set aside.The Government will issue two NTPs for this project. The first for design, submittals, and permits in which the period of performance is for 180 Calendar Days. The second NTP will be for construction and close out of the project in which the period of performance will be 365 Calendar days. All work shall be in strict compliance with the specifications of the contract. The successful offeror will be selected using a Trade-Off source selection procedure. It is anticipated the solicitation will be issued electronically on or about 31 January 2025. 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 shall be limited during the site visit to two people per contractor.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b1b1cb589fb648d9940c8a3faa8b0107/view)
 
Record
SN07308218-F 20250110/250108230110 (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.