Skip to main content

An official website of the United States government

You have 2 new alerts

122FW - Fort Wayne, IN - Bldg. 764 Addition/Alteration

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: Mar 17, 2023 09:24 am EDT
  • Original Response Date: Apr 03, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    , IN 46809
    USA

Description

NAICS Code: 236220 - Commercial and Institutional Building Construction

The Indiana Air National Guard intends to issue an Invitation for Bids 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 for Construction (i.e., addition to/alteration of) at the Weapons Release aircraft maintenance hangar at the 122d Fighter Wing, Fort Wayne, IN.  Contractor will use Government-provided designs/specifications/drawings to renovate the existing 11,545 SF Bldg 764 and add 8,948 SF of new construction to the existing facility.  Work will include reconfiguration of functional spaces, MEP systems, a newly configured fire suppression system, removal of existing HEF system, and roof repair of the existing structure.

In addition to the base work described above, the solicitation will include the following option line items:

  1. Stained Concrete in lieu of Sealed Concrete
  2. Secondary Ductbank
  3. Add Motorized Butterfly Valve in Existing Settling Tank

The contract duration will be 365 calendar days after notice to proceed to include inspection and punch list.  This project is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).  The North American Industry Classification System (NAICS) Code is 236220, with a small business size standard of $45,000,000.  The magnitude of construction is between $5,000,000 and $10,000,000.

The tentative date for issuing the solicitation is on-or-about 26 April 2023.  The tentative date for the pre-bid conference is on-or-about 10 May 2023, 9:00AM local time, location to be provided 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 the day before the conference via email to paul.mckenna.3@us.af.mil and travis.kraick@us.af.mil.

The bid opening date is tentatively planned for on-or-about 31 May 2023.  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 will be available only from the Contract Opportunities page at SAM.gov.

Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states “By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the 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 towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded.”

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.

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 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 for 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 DODAAC FOR INANG DO NOT DELETE 3005 W FERGUSON ROAD
  • FORT WAYNE , IN 46809-3158
  • USA

Primary Point of Contact

Secondary Point of Contact

History