Wisconsin Bids > Bid Detail

115 FW F-35 Alter B409 & R-11 Parking Type C AE Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159256446851100
Posted Date: Mar 20, 2023
Due Date: Apr 3, 2023
Solicitation No: W50S9F-23-R-0009
Source: https://sam.gov/opp/a9842e092b...
Follow
115 FW F-35 Alter B409 & R-11 Parking Type C AE Services
Active
Contract Opportunity
Notice ID
W50S9F-23-R-0009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N8 USPFO ACTIVITY WIANG 115
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 20, 2023 03:37 pm CDT
  • Original Response Date: Apr 03, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Madison , WI 53704
    USA
Description

Synopsis: Sole Source - Only one responsible source and no other supplies or services will satisfy agency requirements

Document Type: Pre-solicitation Notice

Solicitation Number: W50S9F-23-R-0009

PSC Code: C211 – Architect and Engineering- General: Landscaping, Interior Layout, and Designing

NAICS Code: 541330 - Engineering Services



The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI intends to issue a sole source award for a single firm fixed-price contract for Type C Architecture and Engineering services in support of construction project XGFG182003 F-35 Alter Building 409 and XGFG182013 F-35 R-11 Parking facility. The building 409 project will alter the existing B409 facility and receive alterations to accommodate the new

Mission, which requires adding a 7-ton gantry crane for F-35 engine offload capability and an overhead bridge crane for engine assembly/disassembly at B409. The R-11 Parking project will alter the existing POL grounds accommodate the new mission, requiring construction of additional parking for R-11 refueling vehicles. These Type C services include documenting and providing answers to Contractor’s requests for information (post award), review of submittals, attendance and records at job progress meetings, review of lab results, preparation of as-built drawings, multiple site visits to inspect the progress and quality of construction to ensure the construction contractor is following the approved design. This solicitation will result in a single award for Type C AE Design services during construction and demolition.



The base award Contract Line Item(s) (CLINs) are anticipated to be as follows:

CLIN 0001 – F-35 Building 409 Construction Type C AE Design Services

CLIN 0001 – F-35 R-11 Parking Construction Type C AE Design Services



This project will be solicited as sole source - Only one responsible source and no other supplies or services will satisfy agency requirements. The contract duration for the B409 project is 270 days from issuance of the Notice to Proceed and the contract duration for the R-11 Parking project is 90 days from issuance of the Notice to Proceed. The North American Industry Classification (NAICS) Code is 541330, with a size standard of $25,500,000.

BRAND NAME: The Type C Services to be provided do not involve any Brand Name requirements.



Because Burns and McDonnell Engineering Company, Inc designed and certified the drawings and specifications and is liable for the quality of their design, it is economical and efficient to award the Type C services as a sole source follow-on contract. There is tremendous performance and liability risk associated with another A-E firm taking over the Type C services for a project that was designed by a different firm. Having the original designer, Burns and McDonnell Engineering Company, Inc, on contract to perform the construction phase Type C services is necessary for the Government to ensure responsibility for their design, including ensuring the design is constructible, maintainable, and operable, that the project documentation is clear, sufficiently detailed, accurate and coordinated, and contains minimal errors.



Award will be made to Burns and McDonnell Engineering Company, Inc. The tentative date for issuing the solicitation is anticipated to be April 2023. The solicitation closing date will be scheduled to afford the offeror a reasonable opportunity to respond to the proposed contract action after the date of the solicitation issuance. Actual dates and times will be identified in the solicitation.



Offeror registration in System for Award Management (SAM) will be verified at time of solicitation and at the time of proposal submission. To register go to: https://www.sam.gov/portal/public/SAM/. Offeror will need DUNS/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 Statement of Work will be 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.



DISCLAIMER: The Statement of Work is 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, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR WIANG DO NOT DELETE 3110 MITCHELL ST BLDG 500
  • MADISON , WI 53704-2591
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 20, 2023 03:37 pm CDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >