Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2023 SAM #7920
SOLICITATION NOTICE

Y -- Construct Interim Building for F-35 PSC/XRL

Notice Date
8/2/2023 8:39:16 AM
 
Notice Type
Solicitation
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA282323R0007
 
Response Due
8/10/2023 10:00:00 AM
 
Archive Date
08/31/2023
 
Point of Contact
Madison Davis, Phone: 850-882-0297, Elona JARRELL, Phone: 8508825628
 
E-Mail Address
madison.davis.6@us.af.mil, elona.jarrell.1@us.af.mil
(madison.davis.6@us.af.mil, elona.jarrell.1@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Awardee
null
 
Description
Eglin Air Force Base (AFB), FL has a requirement to provide all construction efforts required to Construct Interim Building for F-35PSC/XRL. The North American Industry Classification System (NAICS) code for this requirement is 236220 Commercial and Institutional Building Construction with a size standard of $45M. Statement of Magnitude is between $10,000,000.00 and $25,000,000.00. This requirement will be competed as a Competitive 8(a) Small Business Set-Aside in accordance with FAR 19.5.The purpose of this project is to PURCHASE and NOT LEASE from a company that manufacturer?s modular building units that are experienced in the SAPF/SCIF ICD 705 construction and have an accredited secure facility in to perform this work. An appointed government security representative will inspect and approve the facility and periodically inspect the construction of the modules at critical moments prior to concealment, as they progress. The appointed government security representative will be allowed facility access at any time and may task the manufacturer with producing photographic documents during the process. This is a temporary, pre-engineered modular structure of approximately 13,800 interior square feet, one story, administrative facility for PSC/XRL. The typical modular unit is 13ft-9in x 70ft-0in, with free-span interior, there will 14 of these ganged together, with an additional half-module serving as a mechanical room. This new facility will be a SAPF with select areas designed to ICD 705 standards. Interior spaces will include open and private offices, conference rooms, work rooms, a break room, storage, and latrines. Additionally, there are typical building support functions including mechanical, electrical, fire protection and communications equipment rooms. The interior finishes consist of acoustical ceiling tile including a moisture resistant tile for wet areas, impact resistant acrylic corner guards, porcelain tile on flooring and walls, acrylic/silicone resin grout, modular carpet tile, heavy duty walk off carpet tile, luxury vinyl tile planks, static dissipative tile for the Comm Room, painted walls, trim and ceilings, plastic laminate casework, thermoplastic rubber wall base, acrylic signs, HDPE toilet partitions, solid surface counter tops, and factory stained doors. The FFandE shall be procured and installed by general contractor. Refer to the SID and FFandE packages and notes on the Interior drawings for more details. The project will comply with applicable DoD, Air Force, and base standards with Unified Facility Criteria (UFC) 3-535-01 as the lead guidance document. The performance period is anticipated to be 365 days after the Notice to Proceed (NTP). The above general description of work does not in any way limit the responsibility of the contractor to perform all work and furnish all labor, materials, and equipment in accordance with the specifications. 8 August 2023 - Amendment 0001 -The Purpose of this Amendment is to 1. Send Answered Pre-Bid RFIs to Offerors 2. Send Site Visit Sign-in Sheet to Offerors 3. Attach Updated Section L and M 6. Update Section H Clauses 7. Remove clause FAR 52.228-3 and FAR 52.216-19 8. Update clause FAR 52.219-14 and DFARS 252.204-70079. DELETE Sheet A-202, dated 3 Feb 23 and ADD Sheet A202 dated 3 Feb 23 with notes added to the sheet and clouded. The proposal due date will be extended to Thursday 10 August 2023 at 1200 CT. ** Note there is no Number 4 and 5 in this list.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6302c19b48534342b8254cb737001aa8/view)
 
Record
SN06773393-F 20230804/230802230046 (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.