Skip to main content

An official website of the United States government

You have 2 new alerts

Repair Sepulveda Building 22 Roof

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 (Updated)
  • Updated Published Date: Aug 20, 2024 03:09 pm PDT
  • Original Published Date: Aug 01, 2024 09:06 pm PDT
  • Updated Response Date: Aug 16, 2024 10:00 am PDT
  • Original Response Date: Aug 16, 2024 10:00 am PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 31, 2024
  • Original Inactive Date: Aug 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Van Nuys , CA 91406
    USA

Description

20 Aug 2024: Update, this requirement has been cancelled. The government will not be pursuing this contract opportunity; thus, no solicitation will be posted

--

NAICS Code: 236220 - Commercial and Institutional Building Construction

The California National Guard intends to issue an Invitation for Bids (IFB) 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 to replace the existing built-up roof (BUR) with a white thermoplastic polyolefin (TPO) roofing system. All work shall be performed at Sepulveda Air National Guard Base, 15900 Victory Blvd. Building 22 Van Nuys, CA 91406.

The contract duration will be 60 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Businesses. 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 $500,000 and $1,000,000.

The tentative date for issuing the solicitation is on-or-about August 2024. The tentative date for the pre-proposal conference is on-or-about August 27, 2024, 9:00 am 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 preproposal conference. All questions for the pre-bid conference must be submitted by August 23, 2024, via email to 195WG.FAL.MSC.Contracting.Org@us.af.mil.

The bid opening date is tentatively planned for on-or-about September 2024.  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 FOR CAANG DO NOT DELETE 17840 13TH ST BLDG 2180
  • BEALE AFB , CA 95903-2180
  • USA

Primary Point of Contact

Secondary Point of Contact

History