REPAIR WEAPON RELEASE B1312

expired opportunity(Expired)
From: Federal Government(Federal)
W50S6N-21-B-0001

Basic Details

started - 26 May, 2021 (about 2 years ago)

Start Date

26 May, 2021 (about 2 years ago)
due - 18 May, 2021 (about 2 years ago)

Due Date

18 May, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W50S6N-21-B-0001

Identifier

W50S6N-21-B-0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705328)DEPT OF THE ARMY (132579)NGB (17423)W7MT USPFO ACTIVITY ALANG 187 (143)
[object Object]

SetAside

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

Attachments (23)

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.

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 Weapon Release Bldg. 1312 in Montgomery, AL (Montgomery County).  This project will consist of the renovation of the existing Weapons Facility B1312, to include, the removal and replacement of all building mechanical systems, the removal and replacement of all building electrical systems, and the partial removal of existing plumbing systems and installation of new plumbing systems and fixtures. As well as, the installation of a new wet pipe sprinkler system, to include a new firewater service line, and the removal of the existing low-sloped roof system and the existing clerestory window assemblies. Also included, will be the installation of a new standing seam metal retrofit roofing system and the removal
of the existing exterior wall cladding and the installation of new exterior cladding systems. The interior space will include the removal and replacement of existing load bearing and non-load bearing masonry walls, and the removal of the existing structural floor slab as required for installation of new building elements.  Finally, minor site modifications including pavement repair, and removal / replacement of site-work required for installation of new utility service.This project will include four bid options. Bid Options shall include;   Reconfiguration of interior spaces as indicated on drawings containing the “B” suffix in drawing sheet number. This work is primarily located with the shop spaces located to the East of the main circulation corridor. Installation of new HVAC, plumbing, fire protection, and electrical systems as indicated on the drawings in support of the floor plan configuration included within bid option #2. Install new compressed air system and piping in support of the new F-35 mission requirements as indicated on the bid option drawings. Install new lightning protection systems support of the new F-35 mission requirements as indicated on the bid option drawings, Provide modifications to the existing overhead crane, hoist, and monorail system as indicated on the bid option drawings.Installation of high performance floor coatings in rooms 111, 112, 113, 114, 115, 116, 117, 118, and 121 (refer to      drawing sheet A2.1B) in accordance with specification section 09 9600 - High Performance Coatings.Installation of new aluminum entrance canopies at doors 116A and A118C (refer  to drawing sheet A2.1B) in accordance with the requirements of specification section 10 7316- Aluminum Canopy Systems.Installation of new metal stud framing, new sheetrock finish, and painting of new sheetrock finish in accordance with project specifications in rooms 101, 106, 109, and 110. Additionally, this Bid Option includes all cost to modify existing electrical rough-ins to extend devices to the new finished wall locationThis project will contain Sole Source / Brand Name items: See attached Justification and Approval for Sole Source Items within a Construction Project.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 425 days after NTP.  This project is set aside 100% for Small Business.  The North American Industry Classification (NAICS) Code is 236210, 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)(4) LIMITATIONS ON SUBCONTRACTING which states “By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contact the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees”.  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 web.

Montgomery ,
 AL  36108  USALocation

Place Of Performance : N/A

Country : United StatesState : AlabamaCity : Montgomery

You may also like

Repair of Weapons Management System

Due: 24 Apr, 2024 (in 6 days)Agency: HOMELAND SECURITY, DEPARTMENT OF

Repair of NSN 6625013433026

Due: 18 Apr, 2024 (Today)Agency: DEPT OF DEFENSE

Refurbishment and Repair of Ratanda Ext 7 Library

Due: 24 Apr, 2024 (in 5 days)Agency: Lesedi Local Municipality

Please Sign In to see more like these.

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

Classification

naicsCode 236210Industrial Building Construction
pscCode Z2EAREPAIR OR ALTERATION OF AMMUNITION FACILITIES