SOLICITATION NOTICE
Y -- Indoor Small Arms Range
- Notice Date
- 2/27/2025 4:05:14 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG 128 MILWAUKEE WI 53207-6104 USA
- ZIP Code
- 53207-6104
- Solicitation Number
- W50S9G-25-B-A010
- Response Due
- 3/14/2025 1:00:00 PM
- Archive Date
- 03/29/2025
- Point of Contact
- LISA BURNS, Phone: 6084740768
- E-Mail Address
-
LISA.M.BURNS40.CIV@ARMY.MIL
(LISA.M.BURNS40.CIV@ARMY.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Wisconsin Air National Guard intends to issue an Invitation for Bids to award a single firm fixed-price contract for non-personal construction services to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to demolish the existing partially contained outdoor range and construct an indoor range as shown on the drawings and specified. The existing outdoor range is located on the south side of Building 723 on the south end of the 128th Air Refueling Wing, located at Milwaukee Mitchell International Airport, Milwaukee, Wisconsin. The facility includes a new indoor 10-lane range with all associated mechanical, electrical, plumbing requirements for a fully functional ANG ETL compliant weapons qualification facility. This project scope includes associated civil improvements and contaminated soil handling to support the building site following demolition of the outdoor range. This project also includes a fully automated range control system, capable of supporting range instruction for 10 students from a range control room. All work to be completed in accordance with applicable Federal, State and Local codes, Project Specifications, Project Drawings and Structural Interior Design. The facility shall be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special Construction Requirements: The selected contractor will be required to manage contaminated excavated material in conformance with an approved materials management plan that is to be submitted to the Wisconsin Department of Natural Resources (WIDNR) by the selected prime contractor. Contractor shall notify the WIDNR within 24 hours of discovering material that is not consistent with previously reported and approved contaminant characteristics or if there are visual or olfactory indications of a contaminant discharge. That material must be segregated and tested to determine appropriate disposal options. See geotechnical and environmental report completed by design AE. In addition to a base price for the work described above, the solicitation includes two (2) Options and a Brand Name item which is identified below. This facility is for the Wisconsin Air National Guard (WIANG), Milwaukee Mitchell International Airport, Milwaukee, Wisconsin, 128th Air Refueling Wing. The contract duration will be 365 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Business. 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 $5,000,000 and $10,000,000. The tentative date for issuing the solicitation is on or about 19 March 2025 with a bid due date anticipated 18 April 2025. The tentative date for the pre-bid conference will be determined based on the solicitation release date, with a to-be-determined 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 a to-be-determined time via email to: David Best, at david.m.best.civ@army.mil, and Lisa Burns, at lisa.m.burns40.civ@army.mil. The bid opening date is tentatively planned for on-or about 21 April 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 Project will include two (2) Base Bid CLINS, one (1) Additive Bid Item and one (1) Deductive Bid Item as follows: Base Bid 1: Construct Indoor Small Arms Range Base Bid 2: Soil remediation\Removal Additive Bid Item: Radiant heaters Deductive Bid item: Gravel Access Road vs Concrete Access Road The options will be evaluated and awarded utilizing the procedures at DFAR 252.236-7007, Additive or Deductive items. The Project will include the following Brand Name items, for compatibility with existing installation systems (noted justifications will be included with solicitation): Monaco mass notification system transceivers. Automated Logic (ALC), Direct Digital Control (DDC) System- HVAC 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), 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 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/05bd636465a14d7d9842075bfc987bf3/view)
- Place of Performance
- Address: Milwaukee, WI 53207, USA
- Zip Code: 53207
- Country: USA
- Zip Code: 53207
- Record
- SN07355876-F 20250301/250227230039 (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 |