Loading...
W50S9F26QA013
Response Deadline
May 26, 2026, 7:00 PM(CDT)20 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
COMBINED SYNOPSIS/SOLICITATION
Solicitation Number: W50S9F-26-Q-A013
Project XGFG262010 – Repair B424 Entrance
115th Fighter Wing, Truax Field, Madison, WI
(i) General Information:
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, FAR 12.201, and FAR Part 36 (as updated by the FAR Overhaul/RFO), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
(ii) Solicitation Number:
The solicitation number is W50S9F-26-Q-A013 and is issued as a Request for Quotations (RFQ).
(iii) Applicable Provisions and Clauses:
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-04 and the current Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice.
(iv) Set-Aside Information:
This requirement is a 100% Total Small Business Set-Aside.
NAICS Code: 236220 (Commercial and Institutional Building Construction)
Small Business Size Standard: $45.0 Million
Product Service Code (PSC): Z2AZ (Repair or Alteration of Other Administrative Facilities and Service Buildings)
Magnitude of Construction: FRO Part 36 no longer authorizes the disclosure of the magnitude of construction projects as of February 1, 2026.
(v) Description of Requirements:
The contractor shall provide all plant, labor, materials, equipment, transportation, and supervision necessary to repair the entrance of Building 424 at Dane County Regional-Truax Field, WI, in accordance with the attached Statement of Work (SOW), drawings, and specifications. Work includes, but is not limited to: Building envelope analysis, minor demolition, exterior reconstruction (concrete, catch basin, gutters, downspouts, heat tape), interior renovations (terrazzo flooring, cove base, embedded walk-off mats, door repair), and site restoration.
Bid Guarantee: A Bid Guarantee (Bid Bond) is required. The amount of the bid guarantee shall be 20 percent of the bid price or $40,000.00, whichever is less (FAR 52.228-1).
Wage Determination: Davis-Bacon Act Wage Decision #WI20260005 Mod 0, dated 20260102 applies to this requirement.
Liquidated Damages: Applicable at a rate of $223.17 per day (FAR 52.211-12).
Warranty: Standard 1-year Warranty of Construction applies (FAR 52.246-21).
(vi) Availability of Funds:
Funds are not presently available for this acquisition. The Government anticipates funds will become available prior to award as this action has been identified on the National Guard priority list. No contract award will be made until appropriated funds are made available (FAR 52.232-18).
(vii) NOTICE OF PRE-QUOTE CONFERENCE AND SITE VISIT:
A pre-quote conference will be conducted for the purposes of briefing on the quotation requirements and answering questions regarding this solicitation. The site visit will occur on May 12, 2026, at 0900 CDT at Building 1210 - CE Conference Room, 3110 Mitchell Street, Madison, WI 53704. Interested Contractors are highly encouraged to attend the pre-quote conference. The site visit to Building 424 will be held following the conference.
Due to security conditions, all contractors must register to attend this conference and site visit. Email the following information for all attendees to SMSgt Kate Fox at the following address: Katherine.Fox@us.af.mil:
Firm Name and Telephone Number
Visitor’s Name
Driver's License Number and State Issued
Citizenship
This information must be provided in advance, 3 business days prior to the meeting (May 7, 2026), in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government’s denial of your access to the pre-quote conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site.
You will be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Driver's License, (3) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such.
Information provided at this conference or site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply.
A record of the conference shall be made and furnished to all prospective contractors via posting at www.SAM.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers.
(viii) FORMAL COMMUNICATION, CONTRACTOR EXPLANATIONS:
Submit all questions in the format shown below by email to the contracting office at the addresses shown below. Do NOT contact Engineering personnel directly. Doing so will only delay your answer. All questions must come through the Contracting Office.
Subject Line: Reference No. SOLICITATION W50S9F-26-Q-A013
Email: Katherine.Fox@us.af.mil
PRE-QUOTE INQUIRY FORMAT
Date of Inquiry: _______________
From: ___ Company Name: __
Address: _____________________________________________________________________
Phone Number: _____________________________
Email address: __________________________________________________________________
Inquiry: (Please clearly state your question) (If sent via an attachment, word docs are preferred to facilitate posting of answers to the master Q&A document.)
Any explanation desired by a contractor regarding the meaning or interpretation of the solicitation, or quotations, drawings, specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach contractors before the submission of their quotation.
All questions and requests for information (RFI) must be received NOT LATER THAN 1500 CDT three (3) workdays prior to closing. CONTRACTORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS.
Any changes to the drawings, specifications, etc., will be issued in the form of an amendment. However, any answers that clarify or provide an interpretation to the drawings, specifications, etc., will NOT be posted via amendment but rather as a response to the RFI on SAM.gov at www.sam.gov.
Receipt by the contractor must be acknowledged by returning a signed copy of the amendment by the time set for receipt of quotations.
For security reasons, all technical and engineering data related to this solicitation will be distributed using the Contract Opportunities (SAM.gov) system. Plans and specifications are locked on SAM.gov and require Contractors to request explicit access from the Contracting Officer OR export-controlled access through DLA. See complete instructions on SAM.gov. SAM.gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested contractors must register with SAM.gov before accessing the system.
6.1. Amendments, if/when issued will be posted to www.SAM.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the contractor's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons.
(ix) Evaluation (FAR 12.203):
The Government will issue a purchase order resulting from this solicitation to the responsible contractor whose quotation conforming to the solicitation represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate quotations:
Technical: Capability of the proposed services to meet the Government’s requirement as outlined in the SOW and specifications.
Past Performance: Past performance is an important evaluation factor for award. The Government will consider past performance information from a wide variety of sources both inside and outside the Government, including Contractor Performance Assessment Reporting System (CPARS) and commercial market experience.
Price: Evaluated for fairness and reasonableness.
(x) Contractor Representations and Certifications:
Contractors must ensure their System for Award Management (SAM.gov) registration is current and complete, including FAR 52.212-3.
(xi) Quotations Due:
Quotations must be received no later than May 26, 2026, at 02:00 PM CDT. Quotations must be submitted electronically via email to:
Katherine I. Fox, SMSgt, WI ANG
Contracting Officer
Email: Katherine.Fox@us.af.mil
(xii) List of Contract Documents, Exhibits, and Attachments:
The formal Solicitation Document (W50S9F-26-Q-A013) is provided as a standalone file accompanying this posting. The following documents are attached to and made a part of the solicitation (and any resulting purchase order):
Attachment 1 Specification Manual (XGFG262010 Repair B424 Entrance), Apr/Jun 2026
(Note: Includes Statement of Work. Cover dated June 2026; interior pages dated 02 April 2026.)
Attachment 2 Project Drawings (XGFG262010 Repair B424 Entrance), June 2026
Attachment 3 Davis-Bacon Act Wage Determination (WI20260005, Mod 0), 02 Jan 2026
Attachment 4 Pre-Quote Inquiry Form (Template)
Note to Contractors: Attachments 1 and 2 (Specifications and Drawings) contain controlled unclassified information and are secured on SAM.gov. Interested contractors must request explicit access through the SAM.gov system as detailed in Section (viii), Paragraph 6.
SMSgt Katherine Fox
DEPT OF DEFENSE
DEPT OF THE ARMY
NATIONAL GUARD BUREAU
JFHQ USPFO WI
USPFO WI PROCUREMENT
W7N8 USPFO ACTIVITY WIANG 115
W7N8 USPFO ACTIVITY WIANG 115
KO FOR WIANG DO NOT DELETE
3110 MITCHELL ST BLDG 500
MADISON, WI, 53704-2591
NAICS
Commercial and Institutional Building Construction
PSC
REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)