Similar Projects
Madison Chocolate Company
Build-Out, Alteration - 3,125 SF
Design
Madison, WI 53719

Road Work
Post-Bid
Verona, WI

Portillos
Alteration
Post-Bid
Madison, WI 53719

Airfield Paving Construction MATOC
Results
Less than $400,000,000 est. value

Mold Abatement and Site Restoration Services
Term Contract
Results
Madison, WI

Promega Kepler Warehouse
Addition, Infrastructure - 135,000 SF
Construction
Fitchburg, WI 53711

Chip Seal Surfacing and Crack Filling of Town Roads
Post-Bid
Roxbury, WI

Village of Dane Southeast Public Works Loop
Results
Dane, WI

2021 Road Sealcoating
Post-Bid
Marshall, WI

Road Improvements Chip and Crack Seal
Results
$125,000 est. value
Windsor, WI 53598

2021 Road Overlays
Post-Bid
Sun Prairie, WI

2021 Road Improvements - Pulverize and Overlay
Results
$650,000 est. value
Windsor, WI

2021 MLS/LRIP-S Road Reconstruction and Overlay
Post-Bid
WI

2021 Stormwater and Street Improvements
Results
McFarland, WI

Seal coating
Post-Bid
Blue Mounds, WI

Last Updated 08/30/2022 09:01 AM
Project Title

F-35 Alter B400 Aircraft Maintenance Squadron

Physical Address View project details and contacts
City, State (County) Madison, WI 53704   (Dane County)
Category(s) Heavy and Highway, Transportation
Sub-Category(s) Aircraft Hangar, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $18,143,578 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Aug 26, 2022 Contract Award Number: W50S9F-22-C-0003 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: F3K2LWVKFLX9 Contractor Awarded Name: StructSure Projects, Inc. Contractor Awarded Address: Kansas City, MO 64131-4508 USA Base and All Options Value (Total Contract Value): $18143578.00 The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI is issuing a Request for Proposals (RFP) to award a single firm fixed-price contract for services, non-personal, to all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to construct/alter Building 400 Aircraft Maintenance Squadron Hangar Facility. This project seeks to modify the existing aircraft hangar facility to accommodate the current and future mission of the facility. Scope of work will include, but is not limited to, alter the existing facility to accommodate F-35 operations to include demolishing and rebuilding the administration and maintenance areas; adding two ABA-compliant elevators; and bringing all required power (270 VDC), HVAC, and fire suppression to all aircraft parking spots. Project includes a partial roof replacement. The facility will receive an upgrade to the existing lightning protection and fall protection system to comply with F-35 requirements. This project will be registered with the United States Green Building Council (USGBC). All work will be in accordance with design requirements, specifications, and drawings provided within the master specifications. This solicitation will result in a single construction contract for both new construction and demolition. The base award CLIN's are anticipated to be as follows: CLIN 0001 - F-35 Alter Building 400 AMXS CLIN 0002 - Communication Cabling & Equipment CLIN 0003 - Security Cabling & Equipment In addition to a base price for the work describe above the solicitation will include two options for this project, which are anticipated to be as follows: CLIN 0004 (Option #1) Communication Tower CLIN 0005 (Option #2) Aircraft Power This project is being solicited as unrestricted. The HubZone preference in accordance with FAR 19.1307 applies. All responsible offerors are encouraged to participate. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The contract duration is 450 days from issuance of the Notice to Proceed. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000. The magnitude of construction for this project is between $10,000,000 and $25,000,000. BRAND NAME: This project requires a brand name specific product. A justification will be posted upon issuance of and attached to the solicitation. The brand name products included in this acquisition include the following: Advantor Security System, Andover DDC Software, Marshall Best Security Corp. premium YB series keys and cores, Monaco Vulcan Fire Alarm Panels. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2010-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 in the case of a 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 toward the 85 percent subcontract amount that cannot be exceeded." A pre-proposal conference/site visit will be held on 07 April 2022 and will be held at Truax Field, Madison, WI. Interested contractors are highly encouraged to attend and shall follow conference registration and Truax Field access requirements as provided in the solicitation. A site visit will immediately follow the pre-proposal conference. The solicitation closing date will be 05 May 2022, actual dates and times are be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, Source Selection Procedures. Evaluation factors include Technical, Past Performance and Price. The Government intends to award without discussions. Interested offerors must be registered in System for Award Management (SAM) at the time an offer is submitted. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS/UEI number, Taxpayer Identification Number (TIN), and banking information to register. Instructions for registering are on the SAM web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the beta.SAM.GOV website online at https://SAM.GOV/. SAM.GOV is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to email your questions to dave.mattila.2@us.af.mil. 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 https://beta.SAM.GOV/ 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, due to 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. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. ***IMPORTANT*** The current drawings/specs contain High Expansion Foam (HEF) capabilities. On 16 Nov 21 SAI/IE issued a Sundown Policy for Foam Fire Suppression Systems (Reference Document entitled, "SAF_IE memo dtd 211116 - Sundown Policy for Foam Fire Supression Systems). This facility has been identified as a Tier 2 facility and updated drawings for the fire suppression system are being finalized and an amendment is forthcoming. SOLICITATION AMENDMENTS W50S9F22R0006 Solicitation Amendment 0001 - Posted 01 Apr 22 SOLICITATION QUESTIONS/RESPONSES Question and Answer #1 posted 01 Apr 22 SOLICITATION ATTACHMENT UPDATES New Attachments as of 01 Apr 22 W50S9F22R0006 Solicitation Amendment 0001 Amendment 0001 Summary of Changes Questions and Answers 1 Supplemental Site Visit Instructions SOLICITATION ATTACHMENT UPDATES 07 Apr 22 (This is not an amendment) New Attachments as of 07 Apr 22 B.07.Pre-Proposal Slides - F-35 B400 AMXS Pre-Proposal Attendee Sign In Sheet SOLICITATION QUESTIONS/RESPONSES UPDATES 13 Apr 22 (This is not an amendment) Questions and Answers #2 Posted 13 Apr 22 SOLICITATION QUESTIONS/RESPONSES UPDATES 20 Apr 22 (This is not an amendment) Questions and Answers #3 Posted 20 Apr 22 SOLICITATION AMENDMENTS W50S9F22R0006 Solicitation Amendment 0002 - Posted 27 Apr 22 SOLICITATION AMENDMENTS W50S9F22R0006 Solicitation Amendment 0003 - Posted 03 May 22 Amendment includes the following new attachments: EXHIBIT A PERFORMANCE RELEVANCY QUESTIONNAIRE AND SPECIALIZED COMPANY EXPERIENCE - Rev 1 ATTACHMENT 15 - Addendum No. 01 Narrative ATTACHMENT 16 - Addendum No. 01 Updated CD Plans (Affected Sheets Only) ATTACHMENT 17 - Addendum No. 01 Updated CD Specifications (Affected Specifications Only) SOLICITATION QUESTIONS/RESPONSES UPDATES 03 May 22 (This is not an amendment) Questions and Answers #4 Posted 03 May 22 SOLICITATION AMENDMENTS W50S9F22R0006 Solicitation Amendment 0004 - Posted 09 May 22 Amendment includes the following new attachments: ATTACHMENT 18 - 01_FSB2020-332-00_WI-ANG_B400_ADD NO. 02_2022.05.06_Narrative ATTACHMENT 19 - FSB2020-332-00 - WI-ANG - B400 AMXS - Type B-3 Addendum 002 COMBINED DRAWINGS ATTACHMENT 20 - FSB2020-332-00_WI-ANG_B400 AMXS_ADD NO. 02_2022.05.06 SOLICITATION QUESTIONS/RESPONSES UPDATES 09 May 22 (This is not an amendment) Questions and Answers #5 Posted 09 May 22 SOLICITATION QUESTIONS/RESPONSES UPDATES 12 May 22 (This is not an amendment) Questions and Answers #6 Posted 12 May 22 SOLICITATION AMENDMENTS W50S9F22R0006 Solicitation Amendment 0005 - Posted 12 May 22 Amendment includes the following new attachments: ATTACHMENT 21 - FSB2020-332-00_WI-ANG_B400 AMXS_ADD NO. 03_2022.05.12 SOLICITATION QUESTIONS/RESPONSES UPDATES 12 May 22 (This is not an amendment) Questions and Answers #7 Posted 12 May 22 *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, Concrete Forming, Structural Cast-in-Place Concrete Forming, Concrete Reinforcing.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 09 - Finishes, Painting.
Division 10 - Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers.
Division 13 - Special Construction, Fabricated Engineered Structures, Metal Building Systems.
Division 21 - Fire Suppression.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates.
Division 33 - 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