Construct Mission Training Center (MTC) Facility
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 29, 2024 07:47 pm CDT
- Original Published Date: Aug 15, 2024 01:55 pm CDT
- Updated Date Offers Due: Sep 16, 2024 03:00 pm CDT
- Original Date Offers Due: Sep 16, 2024 03:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 01, 2024
- Original Inactive Date: Oct 01, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1CZ - CONSTRUCTION OF OTHER EDUCATIONAL BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: JBSA Lackland , TX 78236USA
Description
UPDATE 08/29/2024: See attached Amendment 2 which updates the Bid delivery instructions and adds Attachment 14 -Geotechnical report. Also included are RFI responses to questions 1-6.
UPDATE 08/28/2024: Posted Site Visit Meeting Minutes, Attendance Sheet, and PPT Presentation
UPDATE 08/27/2024: See attached Amendment 1 which deletes "Attachment 9 - Falcon", and incorporates Addendum 1, Specifications Volume 1 - Section 08 71 00 Door Hardware. Also Specifications Vol 1 is updated and updated attachments with RFI responses to questions 1-3.
UPDATE 08/24/2024: Posted Site Visit Meeting Minutes, Attendance Sheet, and PPT Presentation
The Texas Air National Guard intends to issue an Invitation for Bids to award a single firm fixed-price contract for non-personal construction services to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the Construction of a 15,200 square foot FTU 4-ship F-16 Mission Training Center (MTC) facility in accordance with applicable Federal, State and Local codes, Project Specifications, Project Drawings, Basis of Design, Antiterrorism Report, and Structural Interior Design. The facility shall 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.
Special Construction Requirements: Raised flooring as required, high bay area for simulators, and Secure Area in accordance with ICD/ICS 705 is required for most of the facility. Project includes demolition, site work, landscaping, concrete, asphalt paving, utilities, masonry, standing seam metal roofing, structural steel and miscellaneous metals, doors, windows and glazing, HVAC and DDC, plumbing, electrical and communications systems, fire and security alarm systems, fire suppression, flooring, demountable wall systems, painting, and other miscellaneous work as required. In addition to a base price for the work described above, the solicitation includes Options and Brand Name items. There will be a total of eight options as identified below.
This facility is for the Texas Air National Guard (TXANG), Joint Base San Antonio (JBSA) Lackland Air Force Base (AFB) 149th Fighter Wing (FW).
The contract duration will be 540 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Business. 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 $10,000,000 and $25,000,000.
A site visit will be held on 20 August at 1:00 PM (CST) and 27 August 2024 at 1:00 PM (CST) proceeded by a pre-bid conference. Access must be requested no later than 3 days prior to the pre-bid conference. All questions and RFI's must be submitted no later than 5 days before bid opening via email to: MSgt Mark Green, at mark.green.23@us.af.mil, MSgt Joel Yerkey, at joel.yerkey.1@us.af.mil and Mr. Kirk Swiantek, at kirk.m.swiantek.civ@army.mil.
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 Project will include a Base Bid along with the following Options:
Base Bid: Construct Mission Training Center (MTC) Facility
Option 1: Construct permeable pavement at parking lot
Option 2: Landscaping
Option 3: Epoxy Floor coating on simulator bays
Option 4: Porcelain wall tile on restrooms
Option 5: Porcelain floor tile on restrooms
Option 6: Additional Under Floor Drains
Option 7: Illuminated Insignia Signage
Option 8: Fixed seating with tablet arms
The Project will include the following Brand Name items are specific for compatibility with existing installation systems (noted justifications will be included with solicitation):
1. Fire alarm control panel: Monaco MAAP-X
2. Intrusion Detection System: Honeywell Vindicator Electronic System
3. Heating, Ventilation, and Air Conditioning (HVAC) Chiller System: Trane North America
4. Door Locks: Falcon Locksets with Falcon Brand Cores (Not Brand Name IAW Amendment #1 of Solicitation)
5. Direct Digital Control (DDC): WebCTRL Building Automation System from Automated Logic Corporation
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:
- 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.
- 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.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR TXANG DO NOT DELETE 1493 BILLY MITCHELL BLVD
- LACKLAND AFB , TX 78236-0123
- USA
Primary Point of Contact
- Mark A. Green
- mark.green.23@us.af.mil
- Phone Number 2109257127
Secondary Point of Contact
- Kirk Swiantek
- Kirk.m.swiantek.civ@army.mil
History
- Oct 09, 2024 10:55 pm CDTSolicitation (Updated)
- Sep 17, 2024 01:01 pm CDTSolicitation (Updated)
- Sep 12, 2024 04:09 pm CDTSolicitation (Updated)
- Sep 12, 2024 09:11 am CDTSolicitation (Updated)
- Aug 29, 2024 07:47 pm CDTSolicitation (Updated)
- Aug 28, 2024 10:18 am CDTSolicitation (Updated)
- Aug 27, 2024 12:42 pm CDTSolicitation (Updated)
- Aug 21, 2024 06:59 am CDTSolicitation (Updated)
- Aug 18, 2024 10:55 pm CDTPresolicitation (Updated)
- Aug 15, 2024 04:03 pm CDTSolicitation (Updated)
- Aug 15, 2024 01:55 pm CDTSolicitation (Original)