Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 11 AM
Solicitation
Charleston West virginia

B421 Fire Alarm System

Details

Solicitation ID W50S9J-25-B-0003
Posted Date 25 Jun 2025 at 11 AM
Response Date 10 Jul 2025 at 2 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n7 Uspfo Activity Wvang 130
Agency Department Of Defense
Location Charleston West virginia United states 25311

Possible Bidders

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sign up to access Documents

Signup now

Presolicitation Synopsis Notice – B421 Fire Alarm System

GENERAL IFB, 100% Total Small Business set-aside 

NAICS Code: 238210 Electrical Contractors and Other Wiring Installation Contractors  

The 130th AW Contracting office in WV intends to issue an Invitation for Bids to award a single firm fixed-price contract to provide repair/replacement of fire alarm system at the 130th AW. This work will consist of repairing by replacement or refurbishment of the fire alarm and mass notification of hangar 421 for the West Virginia Air National Guard at 1679 Coonskin Drive  Charleston, West Virginia.

The contract duration will be 90 calendar days after notice to proceed . This project is set aside as  a 100% Total Small Business set-aside. The North American Industry Classification System (NAICS) Code is 238210, with a small business size standard of $19,000,000. The magnitude of construction is between $250,000 and  $500,000 IAW FAR 36.204(d). The tentative date for issuing the solicitation is on-or-about 10 July 2025. The tentative date for the pre-bid conference is on-or-about 17 July 2025 01:00 PM eastern local time, 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-bid conference. All questions for the pre-bid conference must be submitted by 15 July 2025 via email to SSgt Jorden McCormick [email protected] CC Lt Col Samuel Suck [email protected].   

The bid opening date is tentatively planned for on-or-about 08 August 2025 01:00 PM Eastern time. Actual dates and times will be identified in the solicitation. 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.  

Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-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 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 towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded”.    

In accordance with FAR 36.211(b), the following information is provided:  

  1. The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204.  

  1. Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available, but will be compiled and provided in future announcements.  

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.  

 

Similar Awards

Morgantown West virginia 16 Jun 2009 at 3 PM
Location Unknown 06 Aug 2014 at 6 PM
Location Unknown 22 Jul 2009 at 3 PM
Location Unknown 28 Apr 2015 at 1 PM
Saint louis Missouri 13 Sep 2012 at 8 PM