Skip to main content

An official website of the United States government

You have 2 new alerts

F-35 Repair Fuel Cell, Bldg 1203

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: Presolicitation (Updated)
  • Updated Published Date: Mar 25, 2022 04:45 pm CDT
  • Original Published Date: Oct 14, 2021 09:07 am CDT
  • Updated Response Date: May 19, 2022 02:00 pm CDT
  • Original Response Date:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Feb 14, 2022
  • Original Inactive Date: Dec 01, 2021
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2EB - REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Montgomery , AL 36108
    USA

Description

Project # FAKZ182351

F-35 REPAIR Fuel Cell, Building 1203

187TH fIGHTER WING, DANNELLY FIELD, MONTGOMERY, AL

The USPFO for Alabama intends to issue and 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 the repair and renovation of the Fuel Cell, Building 1203 in Montgomery, AL (Montgomery County). This project involves modification of the existing Fuel Cell, building 1203, architectural, structural, mechanical, plumbing and electrical systems as required to support the F-35A airframe. The work will include the installation of a new split system air conditioning unit. It will also include the extension of the existing equipment mezzanine, new air compressors, and a new breathing air system. The project plans for the installation of a new 270 VDC electrical converters, 480V AC receptacles and other power devices to support F-35A maintenance activities. The project also includes the replacement of the existing facility transformer and main switchgear to support increase power requirements. There will be minor site demolition and repair to accommodate the electrical upgrades. The Intrusion Detection System (IDS), Access Controls and CCTV. This project will include following one bid option and four brand name-sole source requirements:

  1. Bid-Option: Telecommunication cabling and receptacles upgraded. 

Brand Name-Sole Source Requirements:

       1. Johnson Controls: HVAC system's Direct Digital Controls.

       2.  Advantor: Air Force/NGB certified security system.

       3. Quadrant Polyurethane Technologies: QuadFoam 2.0 in repair of existing wall.

       4. DS Brown: Delastic Preformed Pavement Seals.

The place of performance will be Dannelly Field Air National Guard Base, Montgomery, AL. All security requirements for working on a military installation will be followed.

The contract duration is 180 days after NTP. This project is set aside 100% for Small Business.  The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000.00.

The magnitude is between $5,000,000.00 and $10,000,000.00.  

Your attention is directed to FAR clause 52.219-14(b)(1) and (e)(3); LIMTATIONS ON SUBCONTRACTING which applies to contracts that have been set aside for small business concerns, and states that by submission of an offer and execution of a contract, the Offeror/Contractor agrees  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;  The tentative date for issuing the solicitation is on-or-about 19 April 2022. The tentative date for the pre-bid conference is on-or-about 26 April 2022, 10:00 am local time. The tentative date for oppening bids will be on or about 19 May 2022  The location is 5187 Selma Highway, Montgomery, Al 36108-4824, in the wing auditorium of building 1502. 

Interested contractors are highly 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 10 May, 2022 via email to; william.k.hall14.mil@mail.mil, phillip.w.bailey4.civ@mail.mil, and stephen.shanks.1@us.af.mil.

 Interested offerors must be registered in the System for Award Management (SAM).  To register go to https://www.sam.gov/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate.

The solicitation and associated information and the plans and specifications will be available only from the Government Point of Entry (GPE). The new GPE is Contracting Opportunities located at the website https://beta.sam.gov/help/contract-opportunities. Contracting Opportunities is a web-based dissemination tool designed to safeguard acquisition related information for all Federal agencies. Interested bidders/offerors must register with Login.gov for some features of the site to be activated. (Please note Government website experience downtimes for maintenance and other unexpected outages, PLAN ACCORDINGLY). The Vendor quick start guide can be found at https://iae-fbo-attachments.s3.amazonaws.com/fbo-training/QSG_Opportunities_Part_4_of_4_Contractors.pdf?X-Amz-Algorithm=AWS4-HMAC-SHA256&X-Amz-Date=20200223T174134Z&X-Amz-SignedHeaders=host&X-Amz-Expires=14400&X-Amz-Credential=AKIAY3LPYEEX5FRGIQ4E%2F20200223%2Fus-east-1%2Fs3%2Faws4_request&X-Amz-Signature=073c87ce1f10073cb8e336a75b7d23d6cf20fa8862ca68e1d878b6a5c99b947c. 

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://beta.sam.gov/search?index=opp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors 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 offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the website.

Contact Information

Contracting Office Address

  • KO FOR ALARNG DO NOT DELETE 1740 CONG W L DICKINSON DR
  • MONTGOMERY , AL 36109-2602
  • USA

Primary Point of Contact

Secondary Point of Contact

History