Similar Projects
RFQ - CT and Ultrasound Maintenance
Term Contract
Conception
Huntington, WV 25704

Camp Dawson Cottage Renovation
Renovation
Design
Charleston, WV

Replacement of the Existing VHF Simulcast Fire and EMS Paging/Alerting System
Alteration
Bidding
$450,000 est. value
Berkeley Springs, WV

Clarksburg Armory Windows and HVAC Renovations
Renovation
Bidding
$1,000,000 CJ est. value
Clarksburg, WV 26301

Fire Alarm Monitoring
Term Contract
Sub-Bidding
$45,000 CJ est. value
Charleston, WV 25301

H212--Sprinkler Wet System (VA-21-00055268) Flow Test
Post-Bid
Clarksburg, WV 26301

Install Sprinkler Systems for Three Nitro Little League Out Fields
Alteration
Post-Bid
Nitro, WV

Fire Alarm System for Kanawha City Recreation Center
Results
$25,050 est. value
Charleston, WV 25304

Fire Suppression Systems Inspection and Maintenance
Results
Charleston, WV

Wheeling Army Aviation Support Facility 2 Shower and Toilet Renovations
Renovation
Bidding
$2,500,000 CJ est. value
Wheeling, WV 26003

Blennerhassett Sprinkler Head Replacement
Alteration
Post-Bid
Parkersburg, WV

Various Small Construction Projects within the Boundaries of Great Lakes and Ohio River Divisions
Renovation, Addition, Demolition, Term Contract
Results
Less than $90,000,000 est. value
Chicago, IL - Louisville, KY - Detroit, MI - Allegany, Buffalo, NY - Nashville, TN - Huntington, WV

Camp Washington Carver Fire Suppression System Inspections and Repairs
Term Contract
Post-Bid
Clifftop, WV

Annual Inspections, Testing and Repairs for Fire Sprinklers
Results
Belle, Cedar Grove, Charleston, Chesapeake, Dunbar, Elkview, Malden, Marmet, Miami, Nitro, Pratt, Saint Albans, Sissonville, South Charleston, Tad, Tornado, WV 25064

Fire Alarms at Lee, Jarrett , Carroll and Lippert Terrace
Alteration
Post-Bid
Charleston, WV 25330

Last Updated 08/01/2022 11:01 PM
Project Title

Repair Fire Protection Base Wide

Physical Address View project details and contacts
City, State (County) Martinsburg, WV 25401   (Berkeley County)
Category(s) Government/Public, Single Trades
Sub-Category(s) Fire Protection, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $496,594 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This project is being solicited as a Total Small Business set-aside in accordance w ith FAR 19.5. Project NAICS: 236220 w ith a corresponding size standard of $39.5M. Disclosure of magnitude: IAW FAR 36.204(d), this project is expected to be betw een $250,000 and $500,000. Davis Bacon Wage Rates are applicable to this project. Funds are not presently available for this contract. Currently, the Government anticipates funds w ill become available prior to but not later than midnight 30 Sept 2022. This action has been identified on the National Guard priority list for aw ard if funds become available and the prices received are w ithin an aw ardable range. Aw ard w ill be made to the responsible bidder w hose bid, conforming to the invitation for bids, w ill be most advantageous to the Government, considering only price. All information relating to this IFB, including pertinent changes/amendments and information will be posted on web site: http://www.SAM.gov. 2. Facsimile transmission of bid is not authorized. Electronic submission of bids will NOT be accepted. 3. All information relating to this IFB, including pertinent changes/amendments and information will be posted on web site: http://www.SAM.gov. For security reasons, all potential offerors, plan rooms and printing companies are required to be registered in the GSA System for Award Management (SAM) database. Firms can register via the SAM internet site at https://www.sam.gov/portal/public/SAM/. Interested bidders are required to submit their representations and certifications at the same site. 4. A complete bid package must contain the following: (a) Offer, Standard Form (SF) 1442 front and back signed (b) Section 00010 Line Items- all items must be priced (c) A Bid Bond and Power of Attorney is required along with the bid on the due date. . The bid bond must be on a SF24 form. Rejection of a bid bond shall be in accordance with FAR 28.101-4 Noncompliance with bid guarantee requirements. Prepare Bid Bond and POA in accordance with attached Bid Bond Checklist (ATTACHMENT 3). (d) Section 00600, Representations and Certifications, completed and return only additional certifications found in this section In addition, the offeror must have entered current and complete data within the past year in Online Representations and Certifications at www.sam.gov. (e) When completing the "Offeror" portion of the SF 1442 (Blocks 14 - 20), an official having the authority to contractually bind the company must sign the SF 1442 in accordance with FAR 4.102. One copy of the SF1442 is required to have an original signature. (f) All amendments to the solicitation must be acknowledged. (g) Mark the front of the envelope with the following: BID No. W50S8V-22-B-0005, and the Name and Address of Bidder. See Block 13A of SF 1442 for required number of copies. 5. Joint Venture Requirements - Parties wishing to propose as a joint venture must submit, with the Pro Forma documents, an executed copy of the joint venture agreement. The joint venture agreement shall be executed in W50S8V22B0005 Page 10 of 119 accordance with FAR 4.102(d). Each joint venture partner shall submit evidence satisfactory to the Contracting Officer that its Board of Directors has approved its participation in the joint venture or by an instrument of similarly binding character in the case of an unincorporated entity. Offerors are reminded that to obtain an award the awardee, to include a joint venture, must be registered in the System for Award Management (SAM) database. Applicable to set-aside solicitations: Joint Ventures must meet applicable size standards (See FAR Subpart 19.1). Submit with the proposal any size determination for the Joint Venture entity received from the Small Business Administration. A Joint Venture where-in one party is not a small business may be referred to the Small Business Administration ( IAW FAR 19.302 (b)) to determine eligibility. All questions regarding Joint Ventures must be directed to the Small Business Administration (SBA) and not the Contracting Officer. A pre-bid conference will be conducted on 30 June 2022, 9:00 AM EST for the purposes of briefing on the bid requirements and answering questions regarding this solicitation. This conference will be held at the 167th Airlift Wing, Building 119 Civil Engineering Squadron - Room 204, 222 Sabre Jet Blvd, Martinsburg, WV 25405. Interested Contractors are highly encouraged to attend the pre-bid conference. The site visit will be held following the conference. 3.2. Due to security conditions, all offerors must register to attend this conference and site visit. Email the following information for all attendees Ms. Natalie Clower and MSgt Michael Seavolt at the following addresses: natalie.clower.1@us.af.mil and michael.seavolt@us.af.mil : *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, 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