Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2026 SAM #8861
SOLICITATION NOTICE

Y -- 122FW - Fort Wayne, IN - Bldg. 770 Fire Crash/Rescue Station Addition/Alteration

Notice Date
2/27/2026 11:09:32 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7M7 USPFO ACTIVITY INANG 122 FORT WAYNE IN 46809-3158 USA
 
ZIP Code
46809-3158
 
Solicitation Number
W50S7W26RA005
 
Response Due
3/13/2026 2:00:00 PM
 
Archive Date
03/28/2026
 
Point of Contact
Lisa Crose, Travis Kraick
 
E-Mail Address
lisa.crose@us.af.mil, travis.kraick@us.af.mil
(lisa.crose@us.af.mil, travis.kraick@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 Indiana 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 of an addition and alteration to the existing Fire/Crash rescue Station at the 122d Fighter Wing, Fort Wayne, IN using government provided designs/specs/drawings. The project includes repair/renovation of the roof, lightning protection, exterior envelope, fire protection system, and HVAC systems. This project involves substantial renovations to the existing single-story CMU, 10,664 sqft station building. Additionally, the project will construct two structurally independent CMU additions: a 2,310 sqft apparatus bay and a 4,630 sqft administrative and dormitory area. The project includes: Construction of an ICC 500-2020 storm shelter Sustainability tracking and submittals throughout the project Supporting infrastructure to facilitate the installation of a Monaco D-21 central fire alarm monitoring system Construction of two structurally independent additions to an existing facility Installation of a new sprinkler (no sprinkler system exists in the current building) and alarm system throughout the existing building and new additions. The contract duration will be 427 calendar 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 target price range for this project is between $7,000,000 and $9,000,000. The tentative date for issuing the solicitation is on-or-about 20 March 2026. The tentative date for the pre-proposal conference is on-or-about 8 April 2026, 2:00pm 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 preproposal conference. All questions for the pre-bid conference must be submitted by 6 April 2026 via email to 122.fw.contracting.org@us.af.mil The Solicitation close date is tentatively planned for on-or-about 23 April 2026. 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 RFO 15.103-1 Tradeoff Approach, DFARS 215.3, and AFARS 5115.3. Evaluation factors include Quality, (including Experience and Capability, Construction Schedule, Safety Rating, Quality Control as Subfactors), 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 Solicitation module of the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil. 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 122.fw.contracting.org@us.af.mil Your attention is directed to FAR clause 52.219-14, LIMITATIONS ON SUBCONTRACTING, which states: By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code 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 RFO FAR 36.101-4, 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 RFO FAR 43.304, 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. Specification of brand name items: Monaco brand fire system is sole source/brand name specific for compatibility with existing installation systems (noted justifications will be included with solicitation). Additional information for optional line items: In addition to the base work described above, the solicitation will include the following option line items: 1. Engine-Generator Set Stationary 15-2500 KW, with Auxiliaries and Automatic Transfer Switches and By-pass/Isolation Switch 2. Electric Kitchen Equipment and Furniture and Furniture Installation 3. Building Telecommunications Cabling System and Television distribution system 4. Telecommunications Outside Plant (OSP)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/32fa889a5620400d98e1ec23e0606643/view)
 
Place of Performance
Address: Fort Wayne, IN 46809, USA
Zip Code: 46809
Country: USA
 
Record
SN07729512-F 20260301/260227230039 (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!  © 1994-2026, Loren Data Corp.