Renovate Squad Ops (Bldg 25), Project AXQD232620

Project ID: W50S8126RA010 FederalOpportunitiesPresolicitation
Overview
AgencyDepartment of the Army
Deadline05/22/26
Posted05/08/26
Estimated ValueNot Provided
Set AsideNone
NAICS236220 - Commercial and Institutional Building Construction
PSCZ2AZ - Repair Or Alteration Of Other Administrative Facilities And Service Buildings
LocationBarnes Air National Guard Base Westfield, MA 01095 United States
Description
Primary

The Massachusetts National Guard intends to issue a Request for Proposals (RFP) to award a single firm fixed- price contract for non-personal services to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the repair and renovation of Building 25 (approx. 25,000 sq. ft.) to meet requirements of ICD/ICS 705 and UFC 4-010-01; Provide architectural, mechanical, electrical, telecom, and fire suppression/detection system improvements; Furnish Intrusion Detection and Access Control System (IDS/ACS); and Repair non-classified spaces to accommodate expanded secure space and to bring finishes, mechanical systems and electrical distribution up to current standards. The project will comply with DoD Unified Facilities Criteria using conventional design and construction methods at Barnes Air National Guard Base, Westfield, MA. The contract duration will be approximately 550 calendar days after notice to proceed to include inspection and punch list. The magnitude of this project is between $15,000,000 and $25,000,000. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $45,000,000. This action is being procured on an UNRESTRICTED basis. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The tentative date for issuing the solicitation is on-or-about 22 May 2026. The pre-proposal conference is tentatively planned for on-or-about 9 June 2026, 2:00 PM local time, and location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. All questions concerning the pre-proposal conference must be submitted by 4 June 2026 via email to 104.FW.MSC@us.af.mil. The solicitation closing date is tentatively planned for on-or-about 23 June 2026. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with the Source Selection Procedures described in FAR 15.3, DFARS 215.3, and AFARS 5115.3. Evaluation factors include Technical Capability, Past Performance and Price. The Government intends to award contracts without conducting discussions. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov. This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries must be in writing, 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 104.FW.MSC@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 Contract Opportunities 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 for 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. Advantor, Best System Locks, Tridium Energy Management Control System (EMCS), to be installed by SnE and Monaco fire alarm transmitters, are sole source/brand name specific for compatibility with existing installation systems (noted justifications will be included with solicitation).

Contacts
Contact nameSMSgt Freeman Knowlton
Contact email104.fw.msc@us.af.mil
Contact phoneNone
Secondary contact nameTSgt Kristen Phipps
Secondary contact email104.fw.msc@us.af.mil
Secondary contact phoneNone
Same Region Opportunities