Similar Projects
Asbestos Abatement for Fire Protection and Fire Alarm Systems Upgrades - Lot #1
Alteration
Results
Minneapolis, MN 55454

Asbestos Abatement for Fire Protection and Fire Alarm Systems Upgrades - Lot #2
Alteration
Results
Plymouth, MN 55447

Asbestos Abatement for Fire Protection and Fire Alarm Systems Upgrades - Lot #3
Alteration
Results
Minneapolis, MN 55408

Asbestos Abatement for Fire Protection and Fire Alarm Systems Upgrade - Lot #4
Alteration
Results
Minneapolis, MN 55413

Fire Protection and Fire Alarm Systems Upgrades - Lot #2
Alteration
Results
Plymouth, MN 55447

Fire Protection and Fire Alarm Systems Upgrades - Lot #3
Alteration
Results
Minneapolis, MN 55408

Fire Protection and Fire Alarm Systems Upgrades - Lot #4
Alteration
Results
Minneapolis, MN 55413

Stadium Village Apartments - Fire Protection
Alteration
Results
Minneapolis, MN 55414

Focal Point Fire Alarm Automation Upgrade
Term Contract
Post-Bid
Minneapolis, MN 55417

2021 Fire Alarm System Transition (P7)
Alteration
Results
$1,331,075 est. value
Saint Paul, MN 55111

Fire Suppression Services - MPLS
Term Contract
Results
Minneapolis, MN 55417

Security and Fire Alarm Monitoring at Various MPRB Facilities
Term Contract
Results
Minneapolis, MN

2022 Campus Fire Protection
Alteration
Results
$2,457,000 est. value
MN

Security and Fire Alarm Monitoring at MPRB Facilities
Term Contract
Post-Bid
Minneapolis, MN

Fire Restoration
Alteration
Post-Bid
$50,000 est. value
Minneapolis, MN

Last Updated 09/02/2022 11:07 AM
Project Title

Fire Suppression System Repair

Physical Address View project details and contacts
City, State (County) Saint Paul, MN 55111   (Hennepin County)
Category(s) Single Trades
Sub-Category(s) Fire Protection
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $250,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The USPFO for Minnesota is soliciting this Request for Proposal (RFP) to award a single Firm Fixed Price Contract for B 610 Repair Fire Suppression, Project #QJKL222009 at the A at the ANG 133rd Airlift Wing, Saint Paul, Minnesota 55111. This project is solicited as a Small Business Set-Aside. The NAICS is 236220, Business size standard is $39.5 Million averaged annual receipts for the past 3 years. The magnitude of this project is between $100,000.00 and $250,000.00. A Pre-Proposal Conference is scheduled for 16 Aug 2022 at 9:00 a.m. CST at the 133rd AW, at the Base Civil Engineer's Conference Room, 614 Militia Dr, Saint Paul, Minnesota. a site visit to the actual location of the project w ill follow with COVID 19 measures being maintained. See FAR Clause 52.236-27ALT I. Funds are not presently available for this contract. This is a high priority requirement and there is a high probability that the requirement w ill not be cancelled. Award w ill be made to the offor who represents the best value to the Government as outlined in accordance with the criteria set forth within the solicitation. SCOPE 1.1. You are invited to submit a proposal in response to our Request for Proposal W912LM-22-R-1009 for Project No. QJKL222009 Fire Suppression Repair at the Air National Guard Base in St. Paul. 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 set-aside 100% for small businesses. 2. NOTICE OF PRE-PROPOSAL CONFERENCE 2.1. A pre-proposal conference will be conducted on 16 Aug 2022 at 9 AM CST for the purposes of briefing on the proposal requirements and answering questions regarding this solicitation. This conference will be held at the 133rd AW Base Civil Engineer's Conference Room, 614 Militia Dr, Saint Paul, Minnesota 55111. Interested Contractors are highly encouraged to attend the pre-proposal conference. The site visit will be held following the conference. 2.2. Due to security conditions, all offerors must register to attend this conference and site visit. Email the following juan.rubayo_suarez@us.af.mil jeff.fouks@us.af.mil & drue.l.glaze.mil@army.mil 2.3. This information must be provided in advance, not later than 3 business days prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the pre-proposal conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site. 2.4. Visitors must pick up their passes at the Installation's Main Entry Gate prior to arrival. You may be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Driver's License, (3) Proof of Insurance for Vehicle. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. 2.5. Information provided at this conference or site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. 2.6. A record of the conference shall be made and furnished to all prospective offerors via posting to www.SAM.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. 3. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS 3.1. Submit all questions via email to the contracting specialist 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. W912LM-22-R-1009 Email: drue.l.glaze.mil@ mail.mil & luke.d.thomsen.mil@mail.mil 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. *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. The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 90 days after NTP.

Details

Division 21 - Fire Suppression.
Division 28 - Electronic Safety and Security, Fire Detection and Alarm.

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