Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
MODIFICATION

Z -- 181IW - Terre Haute, IN - Bldg. 38 Renovation

Notice Date
5/25/2023 3:09:54 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7M7 USPFO ACTIVITY INANG 181 TERRE HAUTE IN 47803-5027 USA
 
ZIP Code
47803-5027
 
Solicitation Number
W50S7V-23-B-0001
 
Response Due
7/12/2023 10:00:00 AM
 
Archive Date
07/27/2023
 
Point of Contact
Jacob Johnson, Phone: 8128775243, Sheri Herrin, Phone: 8125261742
 
E-Mail Address
Jacob.johnson.46@us.af.mil, sheri.r.herrin.civ@army.mil
(Jacob.johnson.46@us.af.mil, sheri.r.herrin.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Invitation for Bid (IFB) - TOTAL SMALL BUSINESS SET-ASIDE Location: Building 38, 900 S. Petercheff Street, Terre Haute, IN 47803 NAICS Code: 236220 - Commercial and Institutional Building Construction The 181st Intelligence Wing, Indiana 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 renovation of. Base Bid 1 - Bldg 38 Renovation: The purpose of this requirement is to utilize government provided designs/specs/drawings to renovate the 13,841 SF building 38 located at the 181st Intelligence Wing in Terre Haute, IN. The building renovation work incudes removing and replacing the HVAC system, replacement of carpeting, construct new walls, supporting electrical, security and fire protection work and some exterior wall and soffit work. A portion of the facility will be upgraded to a ICD 705 compliant space. Base Bid 2 -�Purchase and install two boilers in accordance with specifications outline wtihin this document. Purchase and install all HVAC distribution ducting in accordance with specifications outlined within this document. Additive Bid Item (ABI) 1:�The existing Men�s and Women�s restrooms will have (1) fiberglass ABA shower unit added to each with a small changing area and privacy curtain. To add showers, some of the floor slab will need to be trenched to connect the new drain lines to existing, and then replaced with new slab and tile finish. The existing plumbing fixtures will be replaced in their current locations and new toilet partitions will be provided in similar layout. The existing floor and wall tile will remain and be cleaned. Lockers will be installed by the Government from their current stock. Additive Bid Item (ABI) 2:�Add furred out, metal panel fascia external to the top of all four elevations as an approximately 4� tall horizontal band similar to adjacent Building 37. Coordinate removal and/or replacement of wall mounted components affected by this project, e.g. HVAC equipment conduits, gutters & downspouts, lights, security cameras, roof access ladder, etc. The contract duration of this requirement will be 220 days after notice to proceed. This project is set aside 100% for Small Businesses concerns. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000.00. The magnitude of construction is between $1,000,000 and $5,000,000. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2019-O0003), LIMITATIONS ON SUBCONTRACTING, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a 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 toward the 85 percent subcontract amount that cannot be exceeded�. The date for the pre-bid conference is 21 June 2023, 9:00AM local time, location will be in 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 pre-bid conference. All questions for the pre-bid conference must be submitted by 14 June 2023 at 5:00PM ESt via email to jacob.johnson.46@us.af.mil to allow adeqaute time for research. Final requests for information (RFIs) must be submitted via email to jacob.p.johnson.46@us.af.mil no later than 30 June 2023 at 5:00PM EST. All RFIs must be sent in writting and will be distributed in an ammendment to solicitation. See Instructions to Offerors in the solicitation for more information. The bid opening date is scheduled for 12 July 2023 at 1:30PM EST. Location is 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 and the plans and specifications are available in the solicitation posting and only from the Contract Opportunities page at SAM.gov. In accordance with FAR 36.211(b), the following information is provided: (1) 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. (2) 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 will be provided by the Government to interest parties for this solicitation 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, due to 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/09e8321e3ccc4d58aca796b68dd3c143/view)
 
Place of Performance
Address: 75428, IN 47803, USA
Zip Code: 47803
Country: USA
 
Record
SN06694065-F 20230527/230525230109 (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  © 1994-2020, Loren Data Corp.