Construct Corrosion Control 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: Presolicitation (Original)
- Original Published Date: Jul 19, 2024 05:28 pm CDT
- Original Response Date: Aug 03, 2024 04:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 18, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- Place of Performance: JBSA Lackland , TX 78236USA
Description
Invitation for Bids (IFB) Set-Aside for Small Businesses
Solicitation: W50S78-24-B-0002
Project Title: Corrosion Control Facility
Document Type: Pre-solicitation Notice
Classification Code Y—Construction of Structures and facilities
Set Aside: 100% Small Business Set-Aside
NAICS Code: 236220 - Commercial and Institutional Building Construction
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 new 12,200 square foot Corrosion Control Facility located at Joint Base San Antonio – Kelly Field Annex, in accordance with applicable Federal, State and Local codes, Project Specifications, Project Drawings 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: Work will include an environmentally controlled area to wash aircraft, as well as hangar space for corrosion treatment, corrosion repair, and limited paint removal/repainting. This facility also provides space for corrosion control shops which includes paint preparation and drying areas, abrasive blasting rooms, and booth for mixing and applying paint, tool storage, lockers, and administrative areas. Furthermore, 1,500 square yards of airfield pavements are expected for this project. In addition to a base price for the work described above, the solicitation includes four (4) Options and Brand Name items which are 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.
The tentative date for issuing the solicitation is in August 2024 with a bid due date anticipated in September 2024 timeframe. The tentative date for the pre-bid conference will be determined based on the solicitation release date, with a to-be-determined 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 pre-bid conference. All questions for the pre-bid conference must be submitted by a to-be-determined time via email to: MSgt Mark Green, at mark.green.23@us.af.mil, MSgt Joel Yerkey, at joel.yerkey.1@us.af.mil and Ms. Amanda Bogue, at amanda.m.bogue.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 Aircraft Corrosion Control Facility
Option 1: Translucent Fiberglass Panel
Option 2: Screen Wall
Option 3: Alternate Roof (SSMR)
Option 4: Epoxy Flooring
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. Heating, Ventilation, and Air Conditioning (HVAC) Chiller System: Trane North America
3. Door Locks: Falcon Locksets with Falcon Brand Cores
4. Direct Digital Control: Automated Logic Corporation WebCTRL Building Automation System
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 Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code 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
- Amanda Bogue
- amanda.m.bogue.civ@army.mil
- Phone Number 5206720953
History
- Aug 18, 2024 10:55 pm CDTPresolicitation (Updated)
- Jul 19, 2024 05:28 pm CDTPresolicitation (Original)