Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 7 PM
Solicitation
Madison Wisconsin

Insulation for Heat Recovery Pipe in B852, 3-Bay Hangar

Details

Solicitation ID W50S9F25Q0003
Posted Date 26 Jun 2025 at 7 PM
Response Date 21 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n8 Uspfo Activity Wiang 115
Agency Department Of Defense
Location Madison Wisconsin United states 53704

Possible Bidders

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Sign up to access Documents

Signup now

NAICS Code: 236220 – Commercial and Institutional Building Construction

Description(s):
The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI intends to issue a Request for Quote (RFQ) for award of a single firm-fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to provide for the insulation of the Heat Recovery Return (HRR) and Heat Recovery Supply (HRS) piping on the interior of the Corrosion Control and Fuels Cell Bays of Building 852, the 3-Bay Specialized Hangar. Frozen condensate accumulates on the interior piping when cold air rapidly floods the bays when the fabric doors are opened. When the doors are closed, the frozen condensate liquifies, and falls onto the aircraft and Airmen. Because the piping is cast iron, the liquid condensate appears to contain rust.

The North American Industry Classification System (NAICS) code for this work is 236220. This is a total small business set-aside. The small business size standard is $45.0M (reference Small Business Administration website for details).

This project includes:
A.    Insulation – Provide 1.5” pipe insulation to surround approximately 570 feet (total) of combined HRR and HRS piping the Corrosion Control Bay and Fuel Cell Bay (3” diameter pipe).  The work is located at ceiling height, and bidders will provide a lift(s) that enable safe/productive work. Insulation shall not be provided on HRR and HRS pipe in any other area of the building.
B.    Relabeling – Relabel HRR and HRS piping on the exterior insulation, exactly as it appears currently on the piping, i.e., color, font, directional indications, etc.
C.    Remove/Reinstall Bird Netting – This work requires removal and reinstallation of bird netting to access piping in each bay.  The labor cost associated with this work will be estimated as a separate line item.
D.    All work is subject to review by the Contracting Officer’s Representative (COR) and any changes to this modification shall be brought to the attention of the Contracting Officer (KO).

The Contract Line Item(s) (CLINs) are to be as follows:
CLIN 0001 – Insulation Materials and Labor
CLIN 0002 – Relabeling HRR/HRS Materials and Labor
CLIN 0003 – Remove/Reinstall Bird Netting

NOTE: Quote/Bid pricing will be submitted using the attached SF-18, Request for Quotation. Completed SF-18’s will be emailed to Lt Col Dave Mattila at [email protected]

All work will be in accordance with any issued plans or specifications, which will be made available electronically without charge. The solicitation will result in a single construction contract.

The solicitation close date is 21 July 2025. 

The date for the pre-proposal conference (site visit) is 08 July 2025, 10:00 a.m. local time. The pre-proposal conference will be held at 1310 Mitchell Street, Madison, WI 53704, Bdlg 1210. A site visit will follow the preproposal conference, interested contractors are encouraged to attend. Offerors planning to attend the pre-proposal conference will complete and return the SFS Form 12 three business days prior to the site visit.

***NOTE: To gain access to the installation you will be required to have a REAL ID.***

This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award.

The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, provides the best value to the government. Determination of best value will include an evaluation of price, past performance, delivery schedule, and technical characteristics.

The evaluation factors used to determine best value within this solicitation are not in a relative order of importance, and the relative importance assigned to each evaluation factor is not stated. No contract award will be made until appropriated funds are made available..

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 and the plans and specifications will be available only from the Contract Opportunities page at beta.SAM.gov.

All inquiries must be in writing, via email to the person specified in the solicitation. All answers will be provided in writing via posting to Contract Opportunities. If you have any questions concerning this procurement you are encouraged to email your questions to Lt Col Dave Mattila at:
[email protected]


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, 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. 

Attachments
B.08.W50S9F24Q0003 Provisions and Clauses
XGFG189002 HRR HRS Interior Insulation – SOW
B852 HRR-HRS Insulation Installation Dwg
General Decision Number WI20250005 06-06-2025
SF-18
SFS Form 12
 

Similar Opportunities

Similar Awards

Location Unknown 24 Feb 2010 at 9 PM
Location Unknown 30 Sep 2009 at 1 AM
Jacksonville Florida Not Specified
Fort monmouth New jersey 08 Oct 2008 at 5 PM
Fort monmouth New jersey 08 Oct 2008 at 5 PM