BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published January 20, 2020 at 7:00 PM

Updated July 22, 2025

Renovation of a military facility in Westfield, Massachusetts. Completed plans call for the renovation of a military facility.

Contract Award Date: Dec 16, 2019 Contract Award Number: W50S8120C0001 Task/Delivery Order Number: Contractor Awarded Unique Entity ID (DUNS): 789932837 Contractor Awarded Name: ENFIELD ENTERPRISES, INC. Contractor Awarded Address: Springfield, MA USA Base and All Options Value (Total Contract Value): $3016689.24 The USPFO for Massachusetts intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract for construction services for Project Number AXQD112847, Energy Reduction Measures Phase 2 at the 104th Fighter Wing, Barnes Air National Guard Base, Massachusetts. Work includes, but is not limited to the repair of multiple facilities at Barnes ANG Base, Westfield, MA, including plumbing, heating, ventilation, and air conditioning (HVAC), lighting, and exterior enclosures and openings for the purpose of increasing the energy efficiency of multiple facilities. The existing conditions of these various facilities include inefficient lighting and heating/cooling, drafty openings, and deteriorated weather-stripping. The existing facilities shall be repaired and retrofitted upgrades to interior utilities, including, but not limited to, integrated automation, HVAC controls, networked lighting controls, replacement of weather-stripping, interior lighting, and selective demolition. All work shall be accomplished in accordance with applicable drawings, specifications, industry standards, applicable building and environmental codes, regulations, and laws. Contractor shall comply with all applicable Unified Facilities Criteria (UFC) and Air National Guard ETLs and regulations in addition to Federal, State, and local regulations. The work also includes two Additive Bid Items, ABIs, reference below for more information. The contract construction period of performance will be 200 days after issuance of the Notice to Proceed (NTP). This project is set aside 100% for Small Business. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $36.5 million average annual revenue for the previous three years. The magnitude for this project is between $1,000,000 and $5,000,000. The government anticipates award of a single firm fixed price contract providing sufficient qualified contractors present bids. All responsible firms may submit a bid. The selection process will be conducted in accordance with FAR Part 14 invitation for bid procedures. Proposals will be evaluated on Price. Prospective bidders must bid on all items to be considered for award. Options will be as outlined below, reference FAR Clause 52.217-5 Evaluationof Options (Jul 1990) for how the options will be evaluated. Option 1 - Electrical lighting upgrades Option 2 - Energy Management Control System (EMCS) upgrades A pre-proposal conference date is to be determined and will be posted in the solicitation. Details for registering for the conference will be available in Section 00100 of the solicitation. Interested contractors are encouraged to attend and should register, in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about 19 March 2019. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be posted to FedBizOpps. Be reminded that Government systems such as CCR and ORCA (on-line representations and certifications) have migrated to System for Award Management (SAM). Interested offerors must be registered in SAM. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (FedBizOpps). Contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (FedBizOpps) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies and is located at either FedBizOpps. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) E-Mail Address. Registration instructions can be found on the FedBizOpps reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have an MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is a competitive bid and there will be a formal public bid opening. 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. If you have any questions concerning this procurement you are encouraged to email your questions to usaf.ma.104-fw.list.fal-msc-contracting@mail.mil. Disclaimer: The official plans and specifications are located on the official government web page, FedBizOpps and the Government is not liable for information furnished by any other source. 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 issue no paper copies. *Some or all of the documents for this project may be controlled unclassified information and property of the United States Government and if so we will not be obtaining them. Users must register with FBO in order to view and obtain controlled unclassified documents.

Award

Military

$3,016,689.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

3

Subscribe For Documents

73 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
539
Active Projects
190
Bidding Soon
4,039
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

July 26, 2019

September 26, 2019

Project location map

175 Falcon Dr, Westfield, MA


Recently Viewed

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.