Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2025 SAM #8561
SOLICITATION NOTICE

Y -- Modernize BLDG 128

Notice Date
5/3/2025 3:53:30 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NU USPFO ACTIVITY OHANG 178 SPRINGFIELD OH 45502-8785 USA
 
ZIP Code
45502-8785
 
Solicitation Number
WAAR222009
 
Response Due
5/19/2025 7:00:00 AM
 
Archive Date
06/03/2025
 
Point of Contact
Seth Taylor, Phone: 9373272208, Herbert L. Brown, Phone: 6143367465
 
E-Mail Address
seth.taylor.8@us.af.mil, herbert.l.brown24.civ@army.mil
(seth.taylor.8@us.af.mil, herbert.l.brown24.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NAICS Code: 236220 - Commercial and Institutional Building Construction The Ohio Air 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 to Modernizing Bldg 128. The objective is to provide services to demolish and replace HVAC system components, repair and replace back-up power generation systems (repair UPS and replace Diesel Generator), modernize Intrusion Detection System (IDS) components, demolish and reconfigure interior CMU block walls, install RF Shielding, replace all interior finishes (carpet, wall base, paint, ceiling tiles, lighting), full male and female bathroom renovations, and demolish septic tank and repair sanitary sewer line by reconnecting to city sanitary main. The work also includes work on Secure Compartmentalized Information Facility (SCIF) utilizing ICD/ICS 705, and Best Practices Guidelines for RF Shielding at 178th Spring-Beckley Air National Guard Base. The contract duration will be 300 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Business. 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 $1,000,000 and $5,000,000. The tentative date for issuing the solicitation is on-or-about 13 June 2025. The tentative date for the site visit is on-or-about 25 June 2025, 10:00AM 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. All questions from the site visit must be submitted by 07 July 2025 via email to seth.taylor.8@us.af.mil. The bid opening date is tentatively planned for on-or-about 14 July 2025. 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 SAM.gov. All/some documents for this project will be �restricted�. Bidders will have to register and complete a form (DD2345) that requires processing to allow them to get access to secure postings. This process is detailed in the SAM.gov Contract Opportunities Vender Guide and takes about 7 to 15 business days. 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. ADVANTOR security system is a sole source/brand name specific for compatibility to existing installation systems. The project requires an Intrusion Detection System (IDS) IAW UFC 4-010-05 (SCIF/SAPF Planning, Design & Construction), ICD/ICS 705, and DoDM 5200.01 Vol 3. The existing security system at the installation is ADVANTOR, and any new security equipment must be compatible with existing. ADVANTOR is a proprietary company and is the only source that is compatible. (noted justifications will be included with solicitation).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1dc1ffbd8c64144b1933b4e43b72ef7/view)
 
Place of Performance
Address: Springfield, OH 45502, USA
Zip Code: 45502
Country: USA
 
Record
SN07429912-F 20250505/250503230041 (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.