DOMOPS Storage
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Updated)
- Updated Published Date: Jul 18, 2023 10:40 am CDT
- Original Published Date: May 16, 2023 01:08 pm CDT
- Updated Response Date: Jul 31, 2023 01:00 pm CDT
- Original Response Date: May 31, 2023 01:00 pm CDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Aug 15, 2023
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1EB - CONSTRUCTION OF MAINTENANCE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Duluth , MN 55811USA
Description
Document Type: Pre-solicitation Notice
Solicitation Number: W912LM-23-R-1002
Classification Code Y – Construction of Structures and facilities
Set Aside: Small Business
NAICS Code: 236220- Commercial and Institutional Building Construction
The USPFO for Minnesota intends to issue intends to issue a Request for Proposal (RFP) to award a single firm fixed- price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the DOMOPS Storage, constructing a heated storage building with insulated metal wall panels and standing seam metal roof. Access will be provided by 14 overhead doors to store various domestic operations equipment. Heat will be provided by gas-fired unit heaters and ventilation air by an energy recovery unit. All associated plumbing, electrical and fire protection systems are included to support the building. Comply with drawings and specifications.
There will be Options for Bathroom, Additional Site Work, Additional Overhead Doors, Translucent panels, Trench Drain, and Access Control System.
The Magnitude of this project is between $1,000,000.00 and $5,000,000.00. Construction/contract completion time is 180 days after notice to proceed to include inspection and punch list.
The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $45 million. This action is being procured on and Small Business Set-aside basis. The tentative date for issuing the solicitation is on-or about 01 Aug 2023. The tentative date for the pre-proposal conference is on-or about 10 Aug 2023, 10:00AM local time at the 148th FW Duluth ANG Base, Minnesota. 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-proposal conference. All questions for the pre-proposal conference must be submitted three days prior to the solicitation closing via email (preferred) to drue.l.glaze.mil@army.mil.
The solicitation closing date is scheduled for on-or about 7 Sep 2023. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Best Value Past Performance and Price. The Government intends to award without discussions.
Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your DUNS number register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate.
The solicitation and associated information and the plans and specifications will be available only from the beta.SAM.gov website on-line at www.SAM.gov. SAM is a web- based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with SAM before accessing the system.
Bidders/Offerors cannot log into the SAM home page and search for data. This solicitation is not an invitation for bids and there will not be a formal public bid opening.
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. (addition to the original presolicitation notice)
DISCLAIMER: The official plans and specifications will be located on posted to SAM for electronic downloading, the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to SAM 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. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance will be at the Duluth National Guard Base, MN.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR MNARNG DO NOT DELETE 15000 HWY 115 CAMP RIPLEY
- LITTLE FALLS , MN 56345-4173
- USA
Primary Point of Contact
- Drue Glaze
- drue.l.glaze.mil@army.mil
- Phone Number 3206162752
Secondary Point of Contact
- Jonathan D Larsen
- jonathan.d.larsen2.mil@army.mil
- Phone Number 3206162694
History
- Aug 15, 2023 10:55 pm CDTPresolicitation (Updated)
- Jul 18, 2023 10:40 am CDTPresolicitation (Updated)
- Jul 18, 2023 10:35 am CDTPresolicitation (Updated)
- Jun 15, 2023 10:59 pm CDTPresolicitation (Updated)
- May 16, 2023 01:08 pm CDTPresolicitation (Original)