Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2025 SAM #8454
SOLICITATION NOTICE

Y -- F-35 Construct Combined Weapons Facility (CWF)

Notice Date
1/17/2025 7:29:56 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7M2 USPFO ACTIVITY FLANG 125 JACKSONVILLE FL 32218-7933 USA
 
ZIP Code
32218-7933
 
Solicitation Number
W50S6Y-25-B-A004
 
Response Due
1/31/2025 7:00:00 AM
 
Archive Date
02/15/2025
 
Point of Contact
Matt Michael, TSgt Frederick Cherry, Phone: 9047417405
 
E-Mail Address
matthew.j.michael2.civ@army.mil, frederick.cherry.1@us.af.mil
(matthew.j.michael2.civ@army.mil, frederick.cherry.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Invitation for Bids (IFB) Set-Aside for Small Businesses NAICS Code: 236220 - Commercial and Institutional Building Construction The Florida National Guard intends to issue an Invitation for Bids to award a single firm fixed-price construction contract to provide all plant, labor, new and current material, transportation, tools, equipment, appliances, supplies, services, permits, insurance, and supervision necessary to Construct the F-35 Combined Weapons Facility (CWF). In support of the F-35 Conversion, this project consists of constructing a 22,696 square-foot Consolidated Weapons Facility with a Hangar Bay for Load Crew Training, back-shops for Weapons and Release Systems Shops, admin/offices, classroom, break room, and restroom. The project will also include environmental remediation of the project site, demolition of existing structures (B1404, B1422, B1022), and installation of asphalt and concrete pavements in accordance with SPECIFICATIONS B-3 Project # LSGA239001 and DRAWINGS B-3 Project # LSGA239001. The CWF will be located on the Flight Line, west of the Sunshades. Specification of Brand Name Items: Advantor security system, Best Locks key cores, JCI Metasys DDC controls and Monaco fire system are sole source/brand name specific for compatibility with existing installation systems (noted justifications will be included with solicitation). Optional line items: No options are intended. The contract duration will be 540 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 4 February 2025. The tentative date for the pre-bid conference is on-or-about 18 February 2025, 0900 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 13 February 2025 via email to 125msg.msc.contracting@us.af.mil, frederick.cherry.1@us.af.mil, mark.penwell.1@us.af.mil, and matthew.j.michael2.civ@army.mil. The bid opening date is tentatively planned for on-or-about 6 March 2025 0900am. 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 https://SAM.GOV. You will then need to access SAM to find the contracting opportunity. Your attention is directed to FAR clause 52.219-14(e)(3), 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/6aa4869f11a1440ea1385877b81e7f7c/view)
 
Place of Performance
Address: FL 32218, USA
Zip Code: 32218
Country: USA
 
Record
SN07316657-F 20250119/250117230103 (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.