SOLICITATION NOTICE
Z -- Insulation for Heat Recovery Pipe in B852, 3-Bay Hangar
- Notice Date
- 4/2/2025 8:23:59 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
- ZIP Code
- 53704-2591
- Solicitation Number
- W50S9F25Q0003
- Response Due
- 4/17/2025 9:00:00 AM
- Archive Date
- 05/02/2025
- Point of Contact
- Scott Homner
- E-Mail Address
-
115.fw.fw-contracting.org@us.af.mil
(115.fw.fw-contracting.org@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI intends to issue a Request for Quote (RFQ) for award of a single firm-fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to provide for the insulation of the Heat Recovery Return (HRR) and Heat Recovery Supply (HRS) piping on the interior of the Corrosion Control and Fuels Cell Bays of Building 852, the 3-Bay Specialized Hangar. Frozen condensate accumulates on the interior piping when cold air rapidly floods the bays when the fabric doors are opened. When the doors are closed, the frozen condensate liquifies, and falls onto the aircraft and Airmen. Because the piping is cast iron, the liquid condensate appears to contain rust. This project includes: 1. Provision and installation of 1.5� pipe insulation for approximately 400 feet of combined HRR and HRS piping in each the Corrosion Control Bay and Fuel Cell Bay (approximately 800 feet total). 2. Relabeling HRR and HRS piping on the exterior insulation, exactly as it appears currently on the piping, i.e., color, font, directional indications. The base award Contract Line Item(s) (CLINs) are anticipated to be as follows: CLIN 0001 � Insulation Materials and Labor CLIN 0002 � Relabeling Materials and Labor All work will be in accordance with any issued plans or specifications, which will be made available electronically without charge. The solicitation will result in a single construction contract. The contract duration is estimated to be 60 days from issuance of the Notice to Proceed. This project is set aside 100% for Small Businesses. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $45,000,000. The magnitude of construction for this project is between $25,000 and $100,000. The solicitation will be issued as a Request for Quote (RFQ) using the procedures at Federal Acquisition Regulation (FAR) parts 13 and 36. The tentative date for issuing the solicitation is on-or-about 18 April 2025. The tentative date for the pre-quote conference/site-visit is on-or-about 28 April 2025, time and 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. The solicitation closing date will be scheduled for approximately 2 weeks after the pre-quote conference/site-visit. FAR part 14 is not utilized, so a public quote opening will not be offered. Interested quoters must be registered in System for Award Management (SAM) at the time of quote submission. The solicitation and its amendments, associated information, specifications, and answers to questions will be available only from 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 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, 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. All inquiries must be in writing and sent via email to the POC listed on this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5b6254f8e1a74dafbfa5476163b51cd1/view)
- Place of Performance
- Address: Madison, WI 53704, USA
- Zip Code: 53704
- Country: USA
- Zip Code: 53704
- Record
- SN07394953-F 20250404/250402230049 (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 |