Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2025 SAM #8668
SOLICITATION NOTICE

Y -- F-35 Special Access Program Facility (SAPF)

Notice Date
8/18/2025 11:30:15 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9127S-25-R-A001
 
Response Due
9/5/2025 1:00:00 PM
 
Archive Date
09/05/2025
 
Point of Contact
Terence Ngoh, Phone: 8178861025, Nicholas Johnston, Phone: 817 886-1006
 
E-Mail Address
terence.k.ngoh@usace.army.mil, Nicholas.i.johnston@usace.army.mil
(terence.k.ngoh@usace.army.mil, Nicholas.i.johnston@usace.army.mil)
 
Description
Please note this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is required before award. The North American Industry Classification System code for this procurement is 236220 (Commercial and Institutional Building Construction), which has a small business size standard of $45M.The Product Service Code is Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES. The solicitation is anticipated to be issued on or about 4 September 2025 and proposals due on or about 02 Nov 2025.The estimated duration of the project is 730 calendar days from the notice to proceed. In accordance with DFARs 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000.PROJECT SCOPE: The Government is seeking qualified, experienced sources capable of performing the following: Construct an F-35 Special Access Program Facility providing controlled workspace for ICD 705 compliant secure flight planning and training, unclassified aircrew training and administrative space, aircrew flight equipment storage and maintenance, and step desk to support combat crew functions. The facility is segregated to support up to three foreign countries using separate secure systems. The facility includes concrete floor slabs and footings on pile foundation, structural steel frame, brick masonry finish walls, concrete decking, and a combination pitched standing seam metal and flat roof. The facility has lightning protection, fire detection and suppression, intrusion detection, and all required supporting facilities to provide a complete and usable facility including utilities, pavements, site improvements, and communication support. Privatized utility connection fees are included in their respective supporting facilities line item. Facility will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01. Air Conditioning: 195 Tons. Should this action be set-aside for small business, firms are reminded of the requirements under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime?s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Should this action be solicited as Full and Open Competition, a Small Business Participation Proposal will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan. The Government is still evaluating of a Project Labor Agreement will be required or waived. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://sam.gov/. No state level certifications will be accepted. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/. The use of the website requires prior registration at https://sam.gov/. Plans and specifications will not be made available at https://sam.gov/ at issuance of solicitation. It is the Offerors responsibility to monitor the https://sam.gov/ web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a government contract award. Access: A ?SPRS Cyber Vendor User? role is required to enter Basic Assessment information. Step-by-step PIEE Access Instructions can be found here (copy and paste link into your browser)https://www.sprs.csd.disa.mil/pdf/SPRS_Access_Instructions.pdf. This solicitation and receipt of all proposals will be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. There are 10 general steps a vendor must follow in order to use PIEE application modules. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5.For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view https://sam.gov/ Website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://sam.gov/ website solicitation number W9127S25RA001.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd65a92b0de4439aa47023e9d4753406/view)
 
Place of Performance
Address: Ebbing Field ANG in Fort Smith, Arkansas 72908
Zip Code: 72908
 
Record
SN07554970-F 20250820/250818230046 (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.