Upgrade Building 504 Fire Detection and Install Fire Suppression
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: Solicitation (Updated)
- Updated Published Date: Aug 17, 2022 12:08 pm CDT
- Original Published Date: Aug 10, 2022 02:41 pm CDT
- Updated Date Offers Due: Sep 09, 2022 10:00 am CDT
- Original Date Offers Due: Sep 09, 2022 10:00 am CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 24, 2022
- Original Inactive Date: Sep 24, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: H112 - QUALITY CONTROL- FIRE CONTROL EQUIPMENT
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Camp Douglas , WI 54618USA
Description
NOTE: THIS SOLICITATION IS BEING AMENDED TO ADD THE B3 FINAL SPECIFICATIONS AND DRAWINGS, REFERENCE ATTACHMENTS "YAQF082005 Specs-Type B3 Final 11 Aug 22" and "YAQF082005 B-3 Final Drawings 11 Aug 22"
The USPFO of WI is issueing an Invitation For Bids (IFB) for award of a single firm fixed-price (FFP) contract for services, non personal to provide all plants, labor, transportation, materials, tools, equipment, appliances and supervision necessary for Project YAQF082005 – Upgrade Bldg 504 Fire Detection & Install Fire Suppression, located at Volk Field ANG Base, Camp Douglas, WI. Work will be performed in accordance with the attached Specifications and Drawings.
The Contract Line Item(s) (CLINs) are anticipated to be as follows:
CLIN 0001 - Project No. YAQF082005 Upgrade Building 504 Fire Detection and Install Fire Suppression
This project is being solicited as a Total Small Business Set Aside. The North American Industry Classif ication (NAICS) Code is 236220-Commercial and institutional buildings. The SBA size standard is $39.5M average annual revenue for the past three (3) years. The contract duration is 365 days from issuance of the Notice to Proceed. Project Magnitude Range is betw een $1M and $5M.
BRAND NAME: This project requires a brand name specific product. Justifications are posted and attached to the solicitation. The
brand name products included in this acquisition include the following: Monaco Vulcan Fire Alarm Panels
Award will be made to the responsive and responsible lowest bidder. See W912J2-22-B-0001 Solicitation document for pre-bid conference/site visit to be held at Volk Field, Camp Douglas, WI. Interested contractors are highly encouraged to attend and shall follow conference registration and Volk Field access requirements as provided in the solicitation. A site visit will immediately follow the pre-bid conference.
This solicitation is an invitation for bids and there will be a formal public bid opening. The bid opening will be conducted in accordance with FAR Subpart 14.4 and DFARS Subpart 214.4, Opening of Bids and Contract Award. Actual dates and times are identified in the solicitation.
Interested bidders must be registered in System for Award Management (SAM) at the time of bid submission. To register go to:
https://www.sam.gov/portal/public/SAM/. You will need your UEI number, Taxpayer Identification Number (TIN), and banking
information to register. Instructions for registering are on the SAM web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the SAM.GOV website online at https://SAM.GOV/. SAM.GOV is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.
In accordance with FAR Clause 52.228-1 Bid Guarantee, a bid bond is required with the bid. Failure to submit an offer on all items shall result in rejection of the bid. Solicitation and all information, notices, amendments for this solicitation will be posted at https://sam.gov.
Funds are not presently available for this acquisition. The Goverment anticipates funds will be come available prior to but no later than midnight 30 Sep 2022. This action has been identified on the National Guard priority list for aw ard if funds become available and the prices received are within an awardable range.
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 https://SAM.GOV/ 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, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR WIARNG DO NOT DELETE 1 WILLIAMS STREET
- CAMP DOUGLAS , WI 54618-5002
- USA
Primary Point of Contact
- Lisa M. Burns
- lisa.m.burns40.civ@army.mil
- Phone Number 6084277274
Secondary Point of Contact
- Lisa M. Burns
- lisa.m.burns40.civ@army.mil
- Phone Number 6084277274