F-35 THREE BAY SPECIALIZED HANGAR
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 05, 2022 02:14 pm CDT
- Original Date Offers Due: Jun 15, 2022 01:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 30, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Madison , WI 53704USA
Description
Unrestricted Invitation for Bid (IFB) with Sole Source Brand Name Requirements & Options
Document Type: Invitation for Bid
Solicitation Number: W50S9F-22-B-0001
Classification Code: Y – Construction of Structures and Facilities
NAICS Code: 236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI intends to issue an Invitation For Bids (IFB) for award of a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to construct project XGFG189002 F-35 Construct 3-Bay Specialized Hangar facility. This project is to construct a new 3-Bay hangar compatible with the F-35 mission to be able to support fuel cell operations, indoor wash requirements, squadron level surface coating operations and weapons load training (WLT) operations. Construction will also require the complete demolition of Building 414 (19,875 SF) prior to building the new 3-Bay Specialized Hangar (31,000 SF). Scope of work includes, but is not limited to, demolish Building 414 completely and construct a new three bay hangar and associated shop and administrative space. Hangar bays will consist of pre-conditioned aircraft air, 270 VDC aircraft power, fire suppression, and hangar bay HVAC. Administrative and shop spaces as well as space to accommodate future paint booth and composite make-up clean/dirty spaces. Facility will also require a lightning protection system, fall protection (interior and exterior) and an Advantor security system. This project will be registered with the United States Green Building Council (USGBC). All work will be in accordance with design requirements, specifications, and drawings provided within the master specifications. This solicitation will result in a single construction contract for both new construction and demolition.
The base award Contract Line Item(s) (CLINs) are anticipated to be as follows:
CLIN 0001 – F-35 3-Bay Hangar Construction Base Bid
In addition to a base price for the work described above, the solicitation includes two options for this project, which are anticipated to be as follows:
CLIN 0002 (Option #1) PAINT/MIX ADDITION
CLIN 0003 (Option #2) AIRCRAFT RATED PAVEMENT
This project is being solicited as unrestricted. The HubZone preference in accordance with FAR 19.1307 applies. All responsible offerors are encouraged to participate. A Small Business Subcontracting Plan will be required to be submitted by the apparent low bidder prior to award. The contract duration is 550 days from issuance of the Notice to Proceed. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000. The magnitude of construction for this project is between $25,000,000 and $100,000,000.
BRAND NAME: This project requires a brand name specific product. Justifications are posted and attached to the solicitation on SAM.gov. The brand name products included in this acquisition include the following:
1. Advantor Security System
2. Andover DDC Software
3. Marshall Best Security Corp. premium YB series keys and cores
4. Monaco Vulcan Fire Alarm Panels
Award will be made to the responsive and responsible lowest bidder. See W50S9F22B0001 Solicitation document for pre-bid conference/site visit to be held at Truax Field, Madison, WI. Interested contractors are highly encouraged to attend and shall follow conference registration and Truax Field access requirements as provided in the solicitation. A site visit will immediately follow the pre-bid conference.
The bid opening will be conducted in accordance with FAR Subpart 14.4 and DFARS Subpart 214.4, Opening of Bids and Contract Award.
Interested bidders must be registered in System for Award Management (SAM) at the time of bid submission. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your UEI number, Taxpayer Identification Number (TIN), and banking information to register. Instructions for registering are on the SAM web page (there is no fee for registration).
The solicitation and associated information and the plans and specifications are available only from the SAM.GOV website online at https://SAM.GOV/. SAM.GOV is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.
This solicitation is an invitation for bids and there will be a formal public bid opening.
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 https://SAM.GOV/ 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, due to 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. All inquiries must be in writing via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the SAM.gov website.
***NOTE - DUE TO FILE SIZE ATTACHMENT 1 TO THE SOLICITATION HAD TO BE SPLIT UP INTO TWO SEPARATE DOCUMENTS. LABELED ATTACHMENT 1a and ATTACHMENT 1b.***
Attachments/Links
Contact Information
Primary Point of Contact
- Major Dave Mattila
- dave.mattila.2@us.af.mil
- Phone Number 6082454788
Secondary Point of Contact
- Mr. Michael D. Dixon
- michael.d.dixon82.civ@army.mil