Similar Projects
Periodic Maintenance Industrial Kitchen Equipment
Term Contract
Design
New Orleans, LA 70119

Replace Motor Control Center in the Industrial Wing
Renovation
Sub-Bidding
$5,000,000 CJ est. value
New Orleans, LA 70112

Construction Connect Condenser Pumps To Emergency Power
Renovation
Sub-Bidding
$5,000,000 CJ est. value
New Orleans, LA 70119

141st Field Artillery Readiness Center, act of Nature Zeta Repairs, Jackson Barracks
Renovation
Post-Bid
New Orleans, LA

Building 119 Renovation
Renovation
Post-Bid
$1,000,000 to $5,000,000 est. value
New Orleans, LA 70143

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

Miscellaneous Acoustical Ceiling Work
Alteration
Results
New Orleans, LA

(Air) Duct Cleaning Services, Southeast Louisiana Veterans Health Care System (SLVHCS), Replacement Facility
Term Contract
Sub-Bidding
New Orleans, LA 70119

Removal of Existing Handrails and Fabricate and Install New Handrails
Alteration
Post-Bid
Metairie, LA 70003

Rusted Areas On Wall Panels and Trim, Fabricate (6) Six Cover Panels 6 Tall in Damaged Panell Areas
Alteration
Results
Gretna, LA

Glass Curtain Wall
Alteration
Post-Bid
Kenner, LA 70062

Fall Protection
Alteration
Results
New Orleans, LA 70118

Glass Panel Replacement
Alteration
Post-Bid
New Orleans, LA

FY21 SRM 81st RD Reset, New Orleans, LA (LA019)
Renovation
Results
$1,000,000 to $5,000,000 est. value
New Orleans, LA

Glass Cubicle Enclosure
Alteration
Post-Bid
New Orleans, LA 70122

Last Updated 08/04/2022 11:06 AM
Project Title

Ballistic Glass

Physical Address View project details and contacts
City, State (County) New Orleans, LA 70143   (Orleans County)
Category(s) Government/Public, Single Trades
Sub-Category(s) Finishes/Interior, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Ballistic Glass PSC Y1AA NAICS 23815 Glass and Glazing Contractors Size Standard $16.5M Magnitude of Construction: Between $250,000.00 and $500,000.00 POC MSgt Greggory Price SCOPE 1.1. You are invited to submit a proposal in response to our Request for Proposal W50S7Z-22-R-0013 Ballistic Glass. As a result of this solicitation, the Government intends to award a single Firm Fixed Price (FFP) contract to the responsible offeror whose proposal represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. 1.2. This solicitation is 100% set aside for small businesses BID BONDS An Original Bid bond is required with submission of the proposal NOTICE OF PRE-PROPOSAL CONFERENCE A pre-proposal conference and site visit is scheduled for 22 June 2022 at 10:00am CST. Due to security requirements, all prospective offerers must register 24 hrs prior by emailing the company name and personnel to 159.FW.FAL.MSC.Contracting@us.af.mil 3. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS 3.1. Submit all questions via email to the contracting office at the address shown below. Do NOT contact the A-E or Engineering personnel directly. Doing so will only delay the response to your question. Subject Line: Reference No. W50S7Z-22-R-0013 Email: 159.FW.FAL.MSC.Contracting@us.af.mil Proposal Inquiry: Be specific as to part of solicitation you are questioning. 3.2. Any explanation desired by an offeror regarding the meaning or interpretation of the solicitation, or proposals, drawings, specifications, etc. must be requested in writing and with sufficient time allowed for a reply to reach offerors before the submission of their offer. 3.3. The Contracting Officer reserves the right to address questions received after the fifth day prior to solicitation closing with those offers deemed compliant and/or in the competitive range after closing. All questions and requests for information (RFI) must be received NOT LATER THAN the fifth working day prior to closing and will be posted not later than two working days prior to closing. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS. 3.4. Any interpretations made will be in the form of an amendment of the solicitation, drawings, specifications, W50S7Z22R0013 0001 Page 8 of 93 etc., and will be furnished to all prospective offerors via posting to https://www.sam.gov. 3.4.1. Receipt by the offeror must be acknowledged in the space provided on the SF 1442 or by returning a signed copy of the amendment by the time set for receipt of proposals. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. Questions (on a non-attribution basis) and answers shall be furnished to all prospective offerors via the web site. 3.4.2. For security reasons, all technical and engineering data related to this solicitation will be distributed using the https://www.sam.gov. Beta.sam.gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Plans and specifications are uploaded and require Contractors to request explicit access from the Contracting Officer OR export controlled access through DLA. 3.4.2.2. Interested offerors must be registered in the System for Award Management (SAM). To register go to: www.sam.gov. You will need your DUNS number to register. Instructions for registering are on the web page. (Please note the registration for access to the secure site takes approximately 15 business days, so plan accordingly.) A bid repository is provided for hand carried proposals and is located at: 159 MSG/MSC. NASJRB New Orleans 400 Russell Ave Building 473, Room 212 New Orleans, LA 70143 5.2. Hand carried proposals must be deposited in the repository prior to the time established for receipt of proposals. 5.3. Offerors are cautioned that approval to enter the base must be obtained prior to the closing date for receipt of proposals. Follow the procedures outlined above in paragraph 2.1.2. for entry. Delays are probable at the entry point and should be accounted for. Late receipt of proposals due to base entry delays may not be deemed excusable and the Contracting Officer may declare the proposal late and remove it from consideration. The Contracting Officer reserves the right to address questions received after the fifth day prior to solicitation closing with those offers deemed compliant and/or in the competitive range after closing. All questions and requests for information (RFI) must be received NOT LATER THAN the fifth working day prior to closing and will be posted not later than two working days prior to closing. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS. *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. Buildings 41, 425, and 489 currently requires higher security standards. The buildings need new bullet resistant windows and doors. The Contractor shall be responsible for ensuring all work will meet current rules and regulations.

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