Similar Projects
Pike Road Housing Development
New Construction, Infrastructure
Conception
$400,000,000 CJ est. value
Pike Road, AL 36064

Pike Road Housing Development
New Construction, Infrastructure
Conception
$400,000,000 CJ est. value
Pike Road, AL 36064

Residence Inn By Marriott / Montgomery
New Construction, Infrastructure
Design
$3,000,000 CJ est. value
Montgomery, AL 36117

Home 2 Suites / Montgomery
New Construction, Infrastructure
Design
$3,000,000 CJ est. value
Montgomery, AL 36117

Weapons Load Crew Training Facility
New Construction, Infrastructure - 10,000 SF
Bidding
$10,000,000 CJ est. value
Montgomery, AL 36104

Weapons Load Crew Training Facility
New Construction, Infrastructure - 10,000 SF
Bidding
$10,000,000 CJ est. value
Montgomery, AL 36104

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

RFQ D/B - West Alabama Highway Design -Build Project
Infrastructure
Post-Bid
$775,000,000 CJ est. value
Montgomery, AL 36104

Constructing the Roadway Improvements (High Friction Surface Treatment) on the i-85 Southbound Ramp to i-65 (Southbound) in Montgomery
Infrastructure
Results
$420,888 to $514,419 est. value
Montgomery, AL

Industrial Park Boulevard Extension
Infrastructure
Results
$300,000 to $500,000 est. value
Montgomery, AL

New Recreation Center - City of Montgomery
New Construction, Infrastructure
Pending Verification
$30,000,000 CJ est. value
Montgomery, AL 36104

Motley Drive Townhouse
New Construction, Infrastructure
Pending Verification
$2,000,000 CJ est. value
Montgomery, AL 36110

Beverage Park - Manna Capital Partners Manufacturing Facility
New Construction, Infrastructure - 1,700,000 SF
Conception
$600,000,000 CJ est. value
Montgomery, AL 36104

Chiller Preventative Maintenance
Term Contract
Design
Montgomery, AL 36109

Gravel Parking Lagoon Park Disc Golf Course
Infrastructure
Bidding
$100,000 CJ est. value
Montgomery, AL 36109

Last Updated 08/05/2023 10:08 PM
Project Title

F-35: Engine Shop

Physical Address View project details and contacts
City, State (County) Montgomery, AL 36108   (Montgomery County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The USPFO for Alabama intends to issue and Invitation for Bids to award a single firm fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the construction of a 4,700 square foot building housing the Base's Engine Maintenance Unit function. The new building's structural system includes slab on grade with engineered fill soil stabilization, structural steel framing as well as load bearing masonry, open web joists, and metal roof decking. The roof will have low slope components with tapered insulation and thermoplastic roofing, sloped standing seam roofing. The exterior walls include veneer brick, aluminum storefronts, translucent wall assemblies, and metal wall panels. Major building systems include a high efficiency air-cooled heat pump system for HVAC systems. Underground utility work for the facility will include all necessary power, sanitary, gas, water, and telecommunications infrastructure. Coordination will be required with existing utilities to maintain operation through and around the site and will include power, sanitary, gas, water, and data. Site work will comprise of on-site access driveways and parking consisting of a combination of asphalt paving and concrete paving. The work is required at the187th Fighter Wing Dannelly Field Air National Guard, Montgomery, Alabama, 36108. The contract duration is 365 calendar days after Notice to Proceed. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 236220 which equates to a size standard of $45,000,000.00. Project magnitude is between $1,000,000 and $5,000,000. Interested contractors are highly encouraged to attend the pre-bid conference and shall follow conference registration and base access requirements shown in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov. 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 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 Contract Opportunities 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 for 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. This project includes five sole source/brand name items which provide for specific for compatibility with existing installation systems (justifications will be included with the solicitation): Johnson Controls - HVAC Monaco - Fire alarm Stanley Best Access Systems - Locks In addition to the base work described above, the solicitation will include the following option line items: Compressed Air Systems Epoxy Floor System Replace Existing Asphalt Paving and Concrete Under slab Vapor Barrier *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents