SOLICITATION NOTICE
Y -- 193rd SOW Entry Control Facility
- Notice Date
- 9/12/2025 10:46:57 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7NX USPFO ACTIVITY PAANG 193 MIDDLETOWN PA 17057-5071 USA
- ZIP Code
- 17057-5071
- Solicitation Number
- W50S92-25-B-A004
- Response Due
- 9/26/2025 7:00:00 AM
- Archive Date
- 10/11/2025
- Point of Contact
- Aaron Snow, Phone: 7179482360, Macy Wester, Phone: 2153237105
- E-Mail Address
-
aaron.snow.2@us.af.mil, macy.wester.1@us.af.mil
(aaron.snow.2@us.af.mil, macy.wester.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The purpose of this amendment is to add RFIs ""BidCommend Compilation Through RFI 87"", Grahics relative to the underground stream and the boring logs. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS 1. Description of the Project: The Contractor shall provide all labor, equipment, material, protection, safety, barriers, tools and supervision at Middletown Air Guard Station, to demolish two buildings (building 61,62) and pavements (that includes but not limited to asphalt, concrete, subgrade, etc.). The contractor shall install temporary fencing with barbed wire, a new front gate entrance with overhead protection, gate house and the necessary pavements, landscaping and infrastructure that is stated in this SOW and the attached construction documents. 2. Instructions to Bidders: 2.1. You are invited to submit a bid in response to our Invitation for Bids (IFB) entitled W50S92-25-B-A004, 193rd Main Gate Construction, Project Number, SHYQ149049 located at Middletown, PA. 2.2. As a result of this solicitation, the Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price. 2.1 This solicitation is set-aside 100% for small businesses. 3. Reserved 4. NOTICE OF PRE-BID CONFERENCE AND SITE VISIT: 4.1. A pre-bid conference will be conducted on 14 August 2025 at 10:00AM, for the purposes of briefing on the bid requirements and answering questions regarding this solicitation. This conference will be held at 79 Mustang Alley, Middletown, PA 17057. Interested Contractors are highly encouraged to attend the pre-bid conference. The site visit will be held following the conference. 4.2. Due to security conditions, all offerors must register to attend this conference and site visit. Email the following information for all attendees to Major Alex Seidel, MSgt Aaron Snow and MSgt Macy Wester at the following addresses: aaron.snow.2@us.af.mil, macy.wester.1@us.af.mil, and alex.seidel.2@us.af.mil 1. Firm Name and Telephone Number 2. Visitor's First Name, Last Name and Middle Initial 3. Date of Birth 4. Driver's License Number 5. Driver's License State 6. Citizenship Visitors SHOULD NOT provide Social Security Numbers. 4.3. This information must be provided in advance, 3 business days prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the pre-bid conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site. 4.4. Visitors must pick up their passes at the Installation's Main Entry Gate prior to arrival. You will be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Driver's License AND/OR REAL ID, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. If you do not have a compliant REAL ID, you must present your ID along with one of the following identification forms: U.S. Passport U.S. Passport Card Department of Defense Common Access Card (CAC) Other federally issued identification, such as a DBIDS card Please plan to arrive 30 minutes early to allow for adequate time to proceed through the gate and process entry requirements. 4.5. Information provided at this conference or site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. 4.6. A record of the conference shall be made and furnished to all prospective bidders via posting at www.SAM.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. 5. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS: 5.1. Submit all questions in the format shown below by email to the contracting office at the addresses show below. Do NOT contact A-E or Engineering personnel directly. Doing so will only delay your answer. All questions must come through the Contracting Office. Subject Line: Reference No. SOLICITATION W50S92-25-B-A004 Email: aaron.snow.2@us.af.mil AND macy.wester.1@us.af.mil, PRE-BID INQUIRY FORMAT Date of Bid Inquiry: _______________ From: ______________________________ Company Name: _____________________________ Address:_____________________________________________________________________ Phone Number: _____________________________ Email address: __________________________________________________________________ Bid Inquiry: (Please clearly state your question) (If sent via an attachment word docs are preferred to facilitate posting of answers to the master Q&A document.) 5.2. Any explanation desired by an offeror regarding the meaning or interpretation of the solicitation, or proposals, drawings, specifications, etc. must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bid. 5.3. All questions and requests for information (RFI) must be received NOT LATER THAN 12:00pm on Wednesday, September 3rd. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY. 5.4. Any changes to the drawings, specifications, etc. will be issued in the form of an amendment. However, any answers that clarify or provide an interpretation to the drawings, specifications, etc. will NOT be posted via amendment but rather as a response to the RFI on SAM.gov at https://www.SAM.gov. 5.5. Receipt by the offeror must be acknowledged in the space provided on the SF 1442 or by returning a signed copy of the amendment by the time set for receipt of bids. 5.6. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Contract Opportunities (SAM.gov) system. Plans and specifications are locked on SAM.gov and require Contractors to request explicit access from the Contracting Officer OR export-controlled access through DLA. See complete instructions on SAM.gov. SAM.gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with SAM.gov before accessing the system. 5.6.1. Amendments, if/when issued will be posted to www.SAM.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. 6. BID REPOSITORY AND BID OPENING: 6.1. A bid repository is provided for hand carried bids and is located at 79 Mustang Alley, Middletown, PA 17057. Hand carried bids must be deposited in the repository prior to the time established for opening of bids. Bidders are cautioned that they will be required to sign-in and obtain a visitor's pass to enter the facility and should allow time to accomplish this. See instructions for obtaining access to the base in the Site Visit instruction. Follow the same instructions for obtaining entry to hand carry bid. Late receipt of bids due to entry delays may not be deemed excusable and the Contracting Officer may declare the bid ""late"" in accordance with FAR 14.304. 6.2. The bid opening will occur at the time and date specified in Block 13 of the SF1442 and located at 79 Mustang Alley, Middletown, PA 17057, Building 79, Room 106 ""Purchasing and Contracting Office"". All interested offerors and their major subcontractors are encouraged to attend the bid opening. Electronic Bids will not be accepted. 6.2.1. The Government will not be responsible for bid submissions delivered to any location or by any method other that stated above. Offerors are responsible for submitting bids in sufficient time to be received by the Government in accordance with the instructions provided. 6.2.2. Bids that are considered late will be processed in accordance with FAR 14.304(b). 6. WAGE DETERMINATION: Construction Wage Rates are applicable to this project are PA20250086 06/27/2025 Construction AND PA20250006 05/30/2025 Heavy and Highway, as shown in Section 00 73 00. 7. BID PREPARATION EXPENSES AND PRE-CONTRACT COSTS: This IFB does not commit the Government to pay costs incurred in preparation and submission of bids or for other costs incurred prior to award of a formal contract. 8. CLAUSES: Clauses and provisions from the Federal Acquisition Regulation (FAR) and supplements thereto are incorporated in this document by reference and in full text. Those incorporated by reference have the same force and effect as if they were given in full text. 9. DISPOSITION OF UNSUCCESSFUL BIDS: In compliance with FAR Subpart 4.8, the Government will retain one copy of all unsuccessful bids including the bid bond. 10. OFFERORS QUALIFICATIONS: To establish its responsibility, the apparent low bidder may be requested by the Government prior to award, to submit a statement regarding his previous experience in performing comparable work, his business and technical organization, financial and bonding resources and plant available to be used in performing the work. This action may be requested to determine if the contractor is responsible. 12. List of Brand Name or Sole Source Justifications posted on SAM.gov. The Main Gate CCTV and Duress system components are sole source from Advantor. The notice is published on SAM.gov. 13. If you experience issues accessing the plans and specifications, please email aaron.snow.2@us.af.mil and macy.wester.1@us.af.mil for further insight and assistnace.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/40425c6f2e434ca484d873c0799f7051/view)
- Place of Performance
- Address: Middletown, PA 17057, USA
- Zip Code: 17057
- Country: USA
- Zip Code: 17057
- Record
- SN07588962-F 20250914/250912230043 (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 |