Skip to main content

An official website of the United States government

You have 2 new alerts

Aircraft Maintenance Unit (AMU)

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 (Original)
  • Original Published Date: May 24, 2023 11:39 am CDT
  • Original Date Offers Due: Jun 29, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 14, 2023
  • 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:
    , AL 36108
    USA

Description

The USPFO for Alabama intends to issue and Invitation for Bids to award a single firm fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the construction of a 18,000 square foot building housing the Base’s Aircraft Maintenance Unit (AMU). The project scope includes sitework, subgrade excavation, building foundations, structural, architectural, plumbing, mechanical, electrical and relocation of existing utilities for a new two-story facility at the 187th Fighter Wing  Dannlley Field ANG, Montgomery, AL. 36108.

The contract duration is 450 calendar days after NTP.  This project is set aside 100% for Small Business.  The North American Industry Classification (NAICS) Code is 236210, with a size standard of $45,000,000.00.  The magnitude is more than $10,000,000.  

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.

This project will include five sole source/brand name items. Specific for compatibility with existing installation systems (justifications will be included with the solicitation):

  1. Johnson Controls- HVAC
  2. Monaco- Fire alarm
  3. Stanley Best Access Systems – Locks
  4. Advantor- Security systems
  5. Moduline Series Paver system – Concourse

Contact Information

Contracting Office Address

  • KO FOR ALANG DO NOT DELETE 5187 SELMA HIGHWAY
  • MONTGOMERY , AL 36108-4824
  • USA

Primary Point of Contact

Secondary Point of Contact

History