Space Control Facility, 140th Wing

expired opportunity(Expired)
From: Federal Government(Federal)
W50S6V20B0001

Basic Details

started - 21 Jul, 2020 (about 3 years ago)

Start Date

21 Jul, 2020 (about 3 years ago)
due - 14 Aug, 2020 (about 3 years ago)

Due Date

14 Aug, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W50S6V20B0001

Identifier

W50S6V20B0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708886)DEPT OF THE ARMY (133113)NGB (17512)W7MY USPFO ACTIVITY COANG 140 (175)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

**Updated 7/21/20 with new site visit directions, see attachments section**The United States Property and Fiscal Office for Colorado located in Aurora, Colorado is issuing an Invitation for Bid (IFB) W50S6V-20-B-0001, to award a single firm fixed-price (FFP) construction contract for non-personal services, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary to complete the construction of a new Space Control Facility for the 140th Wing on Peterson Air Force Base, Colorado.DESCRIPTION OF PROJECT: In general, the scope of the project consists of constructing a 12.100 SF Space Control Facility utilizing conventional construction methods.  It will consist of space for Command and Administration, Operations, Maintenance, Security Forces, and Support. Facilities will be permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and
Sustainable Building Requirements.  This facility will be compatible with applicable DoD, Air Force, and Peterson Air Force base standards.  In addition, local materials and construction techniques shall be used where cost effective.  The facility and site will comply with DoD antiterrorism/force protection requirements.  Improvements will include new utility connections and selective re-routings as required; flexible pavement; and general site improvements to include equipment pad, utility services, roadways, sidewalks, access pavements, drainage, fencing, and gates.  Special Construction Requirements:  Provide for open floor plan with Senstitive Compartmented Information Facility (SCIF) space.  HAZMAT Storage to include space for fuel storage, used oil depositary and flammable storage locker.  Facility and equipment require Protection Level 3.OPTION(S): 1. Asphalt access pavement, 2. Asphalt access drive and 24 foot sliding gate, 3. Asphalt pavement equipment pad.BRAND NAME: This project requires the use of some brand name specific products. A justification is posted / attached with the solicitation. Brand name products for this acquisition include:1. Best Lock Cores – Door lock hardware2. Knox box – Rapid entry lock box3. Johnson Controls Metasys – EMCS, DDC System4. Edwards Systems Technology (EST), Model EST3 panel - Fire Alarm System5. Vindicator alarm system and Diamond II monitoring system – Intrusion Detection System6. Lifepak CR-Plus - AED cabinetCONSTRUCTION MAGNITUDE: Construction magnitude of the project is between $5,000,000 and $10,000,000.00 in accordance with FAR 36.204.PERIOD OF PERFORMANCE: Construction/contract completion time is 365 calendar days after notice to proceed, to include inspection and punch list.TYPE OF CONTRACT AND NAICS: This IFB is for one (1) FFP construction contract. The North American Industry Classification System (NAICS) code for this work is 236220 - Commercial and Institutional Building Construction.TYPE OF SET-ASIDE: This action is being procured on a TOTAL SMALL BUSINESS SET ASIDE basis. The small business size standard is $36.5 million.LIMITATIONS ON SUBCONTRACTING: Your attention is directed to FAR clause 52.219-14 (b)(3) Limitations on Subcontracting, which states "By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for Construction by a general contractors, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project.Interested contractors are encouraged to attend the pre-bid conference. A site visit will follow the conference. Date, time, and instructions to attend the pre-bid conference/site walk can be found in Section 00100-Instructions to Bidders, of the solicitation document.Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your DUNS number 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 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. PLAN ACCORDINGLY!Plans and Specifications are available as a "controlled” package. These type of attachments require special handling due to the information they contain. You are not allowed to access controlled attachments unless your account is associated with an entity that has been certified by the Joint Certification Program. You will not immediately be permitted to view the document. Your entity’s Data Custodian is the only individual authorized to access to the attachment(s). Your entity is responsible for managing the documents in accordance with prescribed directives.If your entity is not certified by the Joint Certification Program, you can go to https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ to enroll. There is a link for completing DD Form 2345. Please note that the form must be mailed along with additional information, and approval can take several weeks!  DISCLAIMER: The official plans and specifications are posted on the official government web page at the time the solicitation is posted and the Government is not liable for information furnished by any other source. Amendments if/when issued, will be posted to the Contract Opportunities web site. This will normally be the only method of distributing amendments prior to closing; therefore, it is the bidders 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 sent via email to Sabrina DeRamus at Sabrina.m.deramus.civ@mail.mil, 1st LT Jacob Geroux, jacob.geroux.1@us.af.mil and MSgt Christopher Stephenson, christopher.t.stephenson2.mil@mail.mil.

Colorado Springs ,
 CO  80914  USALocation

Place Of Performance : N/A

Country : United StatesState : ColoradoCity : CHEY Mountain Air Force Base

You may also like

Odor Control Facility Improvements

Due: 29 May, 2024 (in 1 month)Agency: Bexar County

Odor Control Facility Improvements

Due: 29 May, 2024 (in 1 month)Agency: San Antonio Water System

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1AZCONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS