SOLICITATION NOTICE
Y -- Construct NVARNG Qualification Training Range-Synopsis
- Notice Date
- 12/16/2024 2:16:32 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7NM USPFO ACTIVITY NV ARNG CARSON CITY NV 89701-6807 USA
- ZIP Code
- 89701-6807
- Solicitation Number
- W9124X25BA001
- Response Due
- 1/3/2025 10:00:00 AM
- Archive Date
- 01/18/2025
- Point of Contact
- Alex Norris, Phone: 7757884662, Gregory P. Kothman, Phone: 7758877865
- E-Mail Address
-
alex.norris@us.af.mil, gregory.p.kothman.civ@army.mil
(alex.norris@us.af.mil, gregory.p.kothman.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Nevada 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 of an outdoor modified qualification training range. The QTR will be programmed to train and test soldiers on the skills necessary to detect, identify, engage, and defeat stationary infantry targets in a tactical array, using the M16/M4, M9 pistol, M249 squad automatic weapon, M60, and M240B. The QTR will combine the capabilities of the 10/25M Zeroing Range, Automated Record Fire Range, Combat Pistol Qualification Course, and the Multipurpose Machine Gun Range into a multi-use training facility. This QTR improvement project will support units from the Nevada Army National Guard at Hawthorne Army Depot, Nevada 89415. The new complex will be constructed on federal land. QTR COMPONENTS: Site access gate, Flagpole, Range operations control area with support buildings, Four Multipurpose Machine Gun (MPMG) and Automated Record Fire (ARF) fighting positions, 12 ARF fighting positions, 222 Stationary Infantry Target (SIT) emplacements, 16 barricades, 36 target boots, Four range limit markers, 38 range lane markers. Supporting facilities include electric service, site improvements, and information systems. Facilities were designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 6 Tons). In addition to the base work described above, the solicitation will include the following option line items: 1. Secondary Access Roads (250m, 400m, 500m, 600m, 700m). Construct primary access road and associated drainage for 250M, as well as for 300M, 400M, 500M, and 700M of secondary access roads; 2. (Bleachers. Provide and install two sets of 16-foot-long by 10-row-high aluminum bleacher sections under the bleacher enclosure and anchor to the concrete pad; 3. Covered Mess Tables. Install fixed tables with perforated tops, where indicated under the Covered Mess structure; 4. Downrange Conduit. CPQC � PVC 40 conduits with XHHW-2 cables, conduits, handholes, and manholes. Downrange � PVC 40 conduits with XHHW-2 cables, conduits, handholes, and manholes; 5. Hose Bibbs. Provide and install two hose bibbs on site, one at the Latrines and one at the Covered Mess. The contract duration will be 400 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 magnitude of construction is between $10,000,000 and $25,000,000. The tentative date for issuing the solicitation is on-or-about 21 January 2025. The tentative date for the pre-bid conference/site visit is on-or-about 6 February 2025, 10:00 AM 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 pre-bid conference. All questions for the pre-bid conference must be submitted by 3 February 2025 via email to alex.norris@us.af.mil and keith.trimble.1@us.af.mil. The bid opening date is tentatively planned for on-or-about 28 February 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. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/54b10e7cbd514d7380f1b3317bd7d176/view)
- Place of Performance
- Address: Hawthorne, NV 89415, USA
- Zip Code: 89415
- Country: USA
- Zip Code: 89415
- Record
- SN07292923-F 20241218/241216230107 (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 |