Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2025 SAM #8544
SOLICITATION NOTICE

Z -- March Air Reserve Base, CA B600 Flight Simulator

Notice Date
4/16/2025 12:49:37 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR25BA016
 
Response Due
5/1/2025 10:00:00 AM
 
Archive Date
05/16/2025
 
Point of Contact
Lindsay Lawrence
 
E-Mail Address
lindsay.b.lawrence@usace.army.mil
(lindsay.b.lawrence@usace.army.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE), Louisville District intends to issue a Invitation for Bid (IFB) W912QR25BA016 for the addition and alteration of Building 600 at March Air Reserve Base. Construct an addition of approximately 2,200 SF to Building 600 for one Boom Operator Trainer and alter approximately 7,000 SF of existing Building 600 Aircrew Weapons System Trainer for New KC-46A Mission. Facility contains a computer room, briefing rooms and classrooms. Construct a steel frame high-bay facility with reinforced concrete foundation and floor slab, structural steel framing, masonry walls, standing seam metal roof, garage bay doors, exterior access, fire detection/protection, and special security enhancements. Demolition will be interior as well as some site work. Includes all associated utilities, site work, communications support, pavements, parking area, landscaping and all other work/support necessary to provide a complete and useable facility. The Contract Duration is estimated at 730 calendar days from Notice to Proceed. TYPE OF CONTRACT: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 � Commercial and Institutional Building Construction. The Small Business Size Standard is $45M. TYPE OF SET-ASIDE: HubZone set-aside procurement. SELECTION PROCESS: Design/Bid/Build procurement, Invitation for Bid-sealed bid. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FAR 36.204. The target ceiling for this contract is approximately $6,800,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 09 May 2025. Details regarding the Optional Site Visit (including the actual date and time) will be included in the solicitation. Additional details can be found in the solicitation when it is posted to https://SAM.gov. SOLICITATION WEBSITES: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at federal Contract Opportunities website, https://sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module website, https://piee.eb.mil/. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the System for Award Management at https://sam.gov. Amendments, if/when issued, will be posted to the above referenced websites for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors� responsibility to check the websites periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.SAM.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Lindsay Lawrence, at Lindsay.B.Lawrence@usace.army.mil. Responses to this synopsis are not required. This announcement serves as the Advance Notice for this project. PARTNERING WITH US: https://www.usace.army.mil/Business-With-Us/Partnering/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/836637ca6299437282f104f1bfcc7370/view)
 
Place of Performance
Address: CA 92518, USA
Zip Code: 92518
Country: USA
 
Record
SN07410722-F 20250418/250416230048 (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.