Skip to main content

An official website of the United States government

You have 2 new alerts

Replace Fire Suppression, B12 at Tucson Air National Guard Base, Tucson, AZ

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Apr 21, 2023 01:18 pm PDT
  • Original Response Date: May 11, 2023 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2BZ - REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Tucson , AZ
    USA

Description

The U.S. Army Corps of Engineers Los Angeles District has been tasked to solicit for and award new fire suppression system for Building 12 at the Tucson Air National Guard Base, Tucson, AZ

PROJECT DESCRIPTION: The project consists of a new fire suppression system for Building 12 at the Tucson Air National Guard Base, Tucson, AZ. The project includes partitioning the existing equipment room to isolate the fire suppression equipment from the other pieces of equipment for the building. The demolition consists of removing the existing Aqueous Film-Forming Foam (AFFF) throughout the building. Also, the design includes upgrading the fire alarm system components. And other miscellaneous items as indicated in the plans. The total contract performance period is three hundred and sixty (360) calendar days after receipt of Notice to Proceed (NTP). 

MINIMUM CAPABILITIES REQUIRED INCLUDE THE FOLLOWING:  Work includes architectural work (gypsum wallboard and door work), minor structural work to support new fire suppression system components, plumbing, exterior utilities, electrical grounding, power and lighting systems, fire detection systems and fire sprinkler suppression systems.

PROCUREMENT: This acquisition is 100% Small Business – Set aside in accordance with FAR 5.202 (a)(4). The estimated magnitude range for this project is between $5,000,000 and 10,000,000.00.  The North American Industry Classification Code (NAICS) for this procurement is 238990, All Other Specialty Trade Contractors, with a size standard of $19,000,000.00.

SELECTION PROCESS:  This procurement will be conducted in accordance with 10 USC 2842 and ECB 2019-14, One-Phase Design-Build Selection Procedures. 

This acquisition will be conducted under a competitively negotiated source selection process in accordance with FAR 15 – Contracting by Negotiation. The acquisition will be using Lowest Price Technically Acceptable procedures.  This process does not permit tradeoffs among cost or price and non-cost factors and allows the government to award the contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the Lowest Price Technically Acceptable overall to the Government.  Both technical and price proposals will be required.  Non-cost factors (evaluation factors) may consist of the following: Past Performance, Technical Approach, Management Structure and Schedule.

CONTRACT TYPE: The government will award a firm fixed priced D-B construction contract to the offeror who submits a proposal that is the best value to the government.

Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that it will not pay more than 85 percent of the amount paid by the Government for contract performance 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. Any work that a similarly situated entity further subcontracts will count toward the Contractor’s 85 percent subcontract amount that it cannot exceed per Federal Acquisition Regulation (FAR) 52.219-14 Limitations on Subcontracting.

Anticipated solicitation W912PL23R0029 issuance is on or about 30 June 2023. The official synopsis citing the solicitation number will be issued on.SAM.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.

SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION REQUIREMENT: Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov  to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY – SAM.GOV - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.  

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 915 WILSHIRE BLVD SUITE 1109
  • LOS ANGELES , CA 90017-3409
  • USA

Primary Point of Contact

Secondary Point of Contact

History