WST Security Upgrades

Agency: DEPT OF DEFENSE
State: Ohio
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159971363119984
Posted Date: Mar 25, 2024
Due Date: Apr 25, 2024
Solicitation No: W50S8P24B0002
Source: Members Only
Follow
WST Security Upgrades
Active
Contract Opportunity
Notice ID
W50S8P24B0002
Related Notice
W50S8P24B0002
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NU USPFO ACTIVITY OHANG 121
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 25, 2024 01:11 pm EDT
  • Original Date Offers Due: Apr 25, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Columbus , OH 43217
    USA
Description

The 121st Air Refueling Wing is integrating the KC-135R Aircrew Training System(ATS) into the broader Distributed Training Center Network. This integration will require upgrading the security arrangement for the ATS Facility to allow for a secure training interface. Specific items for this upgrade include controlled access into the ATS Bay by upgrading the existing door and frame to accommodate Advantor controls, constructing a separate classified briefing area in the Maintenance/Parts Storage Area using standard framing and drywall construction, HVAC supply and return, and fire strobe. The MAF DMO Equipment will be installed in the facility Computer Room and supplied 120VAC power from the Service panel Distribution (SPD) on a dedicated 20-amp circuit with a NEMA 5-20R Three Prong Receptacle. Ductwork larger than 96 sq. in. in area shall have grille systems installed to prevent intrusion or insertion of devices [Six(6) locations identified].



The Construction/Contract duration is anticipated to be 120 calendar days after the Notice to Proceed to include inspection and punch list, which provides adequate time to accomplish construction.



This project will be solicited as a competitive Small Business Set-aside. All responsible offerors are encouraged to participate. The North American Industry Classification (MAICS) Code is 236220, with a size standard of $45,000,000 average annual revenue for the previous three (3) years. The magnitude is between $25,000 and $100,000.



All dates and times are identified in the solicitation for site visit and bid opening.



Interested offerors must be registered in SAM. To register, go to: https://sam.gov/. You will need your SAM Unique Entity ID number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from SAM website online at https://sam.gov/. SAM is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.



Rickenbacker AB address is as follows:

7570 Minuteman Way

BLDG 820

Columbus, OH 43217



Any questions should be emailed to the following:

Ryan S Thompson – Contract Specialist at ryan.thompson.76@us.af.mil & James R. Andrews - Contracting Officer at james.andrews.28@us.af.mil



DISCLAIMER: The official plans and specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors 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 offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR OHANG DO NOT DELETE 7370 MINUTEMAN WAY RICKENBACKER IAP
  • COLUMBUS , OH 43217-1161
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 16, 2024[Solicitation (Updated)] WST Security Upgrades

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >