Skip to main content

An official website of the United States government

You have 2 new alerts

PN UHHZ172106 Advanced Battle Management Ops System Facility

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: Solicitation (Updated)
  • Updated Published Date: Feb 04, 2022 05:18 pm EST
  • Original Published Date: Dec 30, 2021 02:46 pm EST
  • Updated Date Offers Due: Feb 22, 2022 01:00 pm EST
  • Original Date Offers Due: Feb 15, 2022 01:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2022
  • Original Inactive Date: Dec 31, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Warner Robins , GA 31098
    USA

Description

************************************************************************************************************************************

Amendment 0004 - This action is being extended by 7 days from 15 February 2022 to 22 February 2022. time remains unchanged at 1:00 PM EST.

This Amendment contains the following attachment documents: 

B.08. W912HN22B3001 ABMS AMD004, B.08. W912HN22B3001 ABMS AMD004 Conformed Solicitation, B.08. W912HN-22-B-3001 Amd04 Specs Vol1, B.08. W912HN-22-B-3001 Amd04 Specs Vol2, B.08. W912HN-22-B-3001 Amd04 Specs Vol3, B.08. W912HN-22-B-3001 Amd04 Specs Vol4, B.08. W912HN-22-B-3001_DRAWINGS-VOL1_AMD4 and B.08. W912HN-22-B-3001_DRAWINGS-VOL2_AMD4

************************************************************************************************************************************

Amendment 0003

This Amendment contains the following attachment documents: 

B.08. W912HN22B3001 ABMS AMD003, B.08. W912HN22B3001 ABMS AMD003 Conformed Copy, B.08. W912HN-22-B-3001 Amd03 Specs Vol1, B.08. W912HN-22-B-3001 Amd03 Specs Vol2, B.08. W912HN-22-B-3001 Amd03 Specs Vol3, andB.08. B.08. W912HN-22-B-3001_DRAWINGS-VOL2_AMD3

**************************************************************************************************

Amendment 0002 24 January 2022 - Volume 1 reloaded due to error. File: W912HN-22-B-3001 Amd02 Specs Vol1_repaired

*****************************************************************************************************

Amendment 0002 is posted 21 January 2022.

This Amendment has added the requirement for an additional Bid Submittal: Security Tracking Log (See Bid Instructions). A Security Tracking Log is hereby required to be submitted as part of the bid package. In accordance with the Construction Security Plan and Volume 1, Section 1.3 Security Requirements and in accordance with the ICD/ICS 705-1, all General Contractors shall keep a record of all contractors they have sent a copy of any of the files of this solicitation to, whether or not that sub-contractor or private entity has supplied them with a bid back. USACE recognizes that not all subcontractors have registered for a role in https://sam.gov and therefore may have issues attaining approval for access. In accordance with regulations as stated herein and already in place in this solicitation, the General Contractor is responsible for documenting all they have given access to this solictation and supporting documentation. The “Security Tracking Log” is a required bid submittal.  

This Amendment contains the following attachment documents: 

B.08. W912HN22B3001 AMD002 ABMS IFB, B.08. W912HN22B3001 AMD002 ABMS IFB Conformed Copy,W912HN-22-B-3001 Amd02 Specs Vol1, W912HN-22-B-3001 Amd02 Specs Vol2, W912HN-22-B-3001 Amd02 Specs Vol3, W912HN-22-B-3001 Amd02 Specs Vol5, B.08. W912HN22B3001 0002 2022.01.12 ABMS OPS Site Visit Sign-in Sheet, and B.08. W912HN22B3001 0002 Robins_AFB_Access_Affidavit

******************************************************************************************************

AMENDMENT 0001 - SITE VISIT REQUIREMENT ADJUSTMENT

This amendment notates the requirement for data to be sent for vetting. Information due on Friday, 07 January 2022 at 0930 AM. See Amendment.

All other terms and conditions remain unchanged.

*******************************************************************************************************

This acquisition is being solicited as 100% competitive, Full and Open, Unrestricted with Hubzone preference under NAICS 236220 as a Sealed Bid action. A price evaluation preference will be applied to bids in accordance with FAR Clause 52.219-4, Notice of Price Evaluation Preference for HubZone Small Business Concerns.

Description:

Construct an Advanced Battle Management System wing operations and support facility utilizing conventional design and construction methods to accommodate the mission of the facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Exterior work includes all necessary exterior utilities, access pavements, fire protection, site work, and support. Special Construction Requirements: Entire facility will be a Secure Compartmentalized Information Facility (SCIF) designed and constructed in accordance with ICD 705; raised flooring; 180 rack server room; standby power generators; UPS; roll-up doors; utility lines/communication infrastructure. 

Period of Performance: 900 Calendar Days

In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000.

Evaluation Criteria: The contract will be solicited and procured via FAR Part 14 Sealed Bidding Procedures.

This requirement contains a sole source portion for the AV CLIN 0005. The component is made by Cyviz and is a sole source requirement, not brandname see Division specs 27. See attached, redacted Justification and Approval.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 100 W OGLETHORPE AVE
  • SAVANNAH , GA 31401-3604
  • USA

Primary Point of Contact

Secondary Point of Contact

History