Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2025 SAM #8493
SOLICITATION NOTICE

Y -- SYNOPSIS - Construct Vehicle Maintenance Facility at Bakersfield

Notice Date
2/25/2025 1:36:54 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7MX USPFO ACTIVITY CA ARNG SAN MIGUEL CA 93451-5000 USA
 
ZIP Code
93451-5000
 
Solicitation Number
W912LA-25-B-0001
 
Response Due
3/21/2025 5:00:00 PM
 
Archive Date
04/05/2025
 
Point of Contact
SMSgt Paul (Nick) Ochs, Mr. Jack Woods
 
E-Mail Address
ng.ngca.caarng.uspfo-construction@army.mil, ng.ngca.caarng.uspfo-construction@army.mil
(ng.ngca.caarng.uspfo-construction@army.mil, ng.ngca.caarng.uspfo-construction@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The California National Guard intends to issue an Invitation for Bids to award a single firm-fixed-price contract for services, non-personal, to include all plant, labor, transportation, permits, materials, tools, equipment, appliances, and supervision necessary for the construction of a 24,564 SQFT National Guard Vehicle Maintenance Shop (VMS) at the Bakersfield Army National Guard Readiness Center (Gateway Ave.), Kern County, California. Integral characteristics/items of the VMS include Backup/Emergency Generator, Organizational Vehicle Parking (Paved), Controlled Waste Facility, Flammable Materials Facility, and Electric Power, Photovoltaic. This project will include comprehensive interior design. This facility will be designed to meet Industry Standards as well as all local, State, and Federal building codes and as per Public Law 90-480. Construction will include all utility services, information systems, fire detection and alarm systems, cranes, roads, walks, curbs, gutters, storm drainage, parking areas for approximately 20 privately owned vehicles and site improvements. Options will include: Option 1: Provide Three-Bay Fluid Distribution Option 2: Provide 15-Ton Crane Coverage Option 3: Vehicle Wash Rack Option 4: Provide Dual-Level Loading Dock Option 5: Landscape, Site & Rigid Pavement Enhancements (Option A) Option 6: Landscape, Site & Rigid Pavement Enhancements (Option B) There are no brand name, brand name or equivalent, or sole source requirements. This project is set aside 100% for Small Businesses. 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 on-or-about 1 April 2025 with a tentative date for a pre-bid conference and site visit on-or-about 25 April 2025. The location will be provided in the formal solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. The bid opening date is tentatively planned for on-or-about 30 May 2025. Actual dates and times will be identified in the solicitation. The solicitation and any technical and/or engineering data for this solicitation will be distributed using the Contract Opportunities module of the SAM website. Interested offerors must be registered in the System for Award Management (SAM) website (www.sam.gov). Once posted, the solicitation's technical/engineering data may locked/secured and would require bidders to request explicit access to the solicitation from the contracting office. Bidders would also request the data via export-controlled access through the Defense Logistics Agency. Complete instructions (to include training) are available through the SAM website. The California National Guard is unable to provide technical assistance with the site. Interested firms/individuals are advised to begin gaining access to SAM as quickly as possible. 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 Offeror/Contractor agrees in performance of the contract 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 will only be available through the Contract Opportunities module. The Government is not liable for information furnished by any other source. Amendments, if/when issued will only be posted to Contract Opportunities. It is the bidder�s responsibility to check the website periodically for any amendments to the solicitation. 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 or emailed copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c3a7291938d8483ab888d229a35f29ca/view)
 
Place of Performance
Address: Bakersfield, CA 93307, USA
Zip Code: 93307
Country: USA
 
Record
SN07352698-F 20250227/250225230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.