Skip to main content

An official website of the United States government

You have 2 new alerts

Renovation of Bldg 309 for Operations and Training

info alert

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 (Original)
  • Original Published Date: Dec 12, 2024 10:41 am EST
  • Original Response Date: Apr 14, 2025 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 29, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Martinsburg , WV 25405
    USA

Description

Presolicitation Notice

NAICS Code: 236220 – Commercial and Institutional Building Construction

The 167th Airlift Wing intends to issue an Invitation for Bids (IFB) to award a single Firm-Fixed-Price (FFP)
contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment,
appliances, and supervision necessary for the Renovation of Bldg 309 for Operations and Training in
Martinsburg, WV. This project will include: renovation (roughly 29,109 sq ft) of an existing two-story facility
to relocate Headquarters functions. Work includes interior wall relocation, and necessary relocation/
upgrade of electrical, HVAC, mechanical, and fire protection systems. Secure briefing spaces
will be required in the Command Post area, which shall comply with ICD 705 requirements. The following
options are included in this project: (1) Window Shades and Blinds, (2) Wire Mesh Partitions, (3)
Communication Wiring, (4) Command Post Bathroom, (5) Financial Suite, and (6) Flight Service.

The contract duration is 550 days after the Notice to Proceed (NTP). This project is set-aside 100% for
Small Businesses. The North American Industry Classification (NAICS) Code is 236220 with a size
standard of $45,000,000.00. The magnitude of construction is between $1,000,000 and $5,000,000.

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 Offeror/Contractor agrees in
performance of the contract in the case of a contract 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 toward the 85 percent subcontract amount that cannot be exceeded”.

The tentative date for issuing the solicitation is on-or-about 15 April 2025. The tentative date for the prebid
conference is on-or-about 4 May 2025, 9:00 AM local time, location will be 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 13 May 2025 via email to ryan.belfield@us.af.mil and
christopher.broschart@us.af.mil.

The bid opening date is scheduled for on-or-about 3 June 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 solicitation and associated information and the plans and specifications will be available only from the
Contract Opportunities page at SAM.gov.

DISCLAIMER: The official plans and specifications will be 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.

Contact Information

Contracting Office Address

  • KO FOR WVANG DO NOT DELETE 222 SABRE JET BLVD RM 107
  • MARTINSBURG , WV 25405-7704
  • USA

Primary Point of Contact

Secondary Point of Contact

History