Closed Solicitation · DEPT OF DEFENSE

    FTW506 Life Safety Repairs

    Sol. W911KB26RA007PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)ANCHORAGE, AK
    Closed
    STATUS
    Closed
    closed Nov 2, 2025
    POSTED
    Oct 7, 2025
    Publication date
    NAICS CODE
    238210
    Primary industry classification
    PSC CODE
    Y1BZ
    Product & service classification

    AI Summary

    This pre-solicitation notice invites small businesses to submit proposals for a design-build project involving electrical installations and life safety repairs at a historical building. The project includes connecting simulators to fire alarm systems, installing a wet pipe sprinkler system, and ensuring compliance with safety codes. The estimated project cost is between $10 million and $20 million, with a performance period of 365 days.

    Contract details

    Solicitation No.
    W911KB26RA007
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    October 7, 2025
    Response Deadline
    November 2, 2025
    NAICS Code
    238210AI guide
    PSC / Class Code
    Y1BZ
    Contract Code
    2100
    Issuing Office
    W2SN ENDIST ALASKA
    Primary Contact
    Michelle Nelsen
    State
    AK
    ZIP Code
    99506-0898
    AI Product/Service
    both

    Description

    Description: This is a pre-solicitation notice for a total small business set aside design build Request for Proposal (RFP) to install power on the southeast of Hangar 1 to accommodate the Black Hawk Aircrew Trainer (BAT) and the Transportable Flight Procedure Simulator (TFPS) including the ECU units for each device. Electrical requirements for each device are: two 120/208v, 200 amp, 60Hz, three phase, 4 wire plus ground services with MS980555C52412S or MS90555C52143S receptacles. The project will connect Simulators to the Fire Alarm System, converting bay areas to a wet pipe sprinkler system, and correct egress deficiencies and other life safety repairs needed to ensure life safety including code required egress/emergency lighting and the like. Finally, the project will also install expanded metal mesh in a prefab arms vault that was installed in the structural repair project (FTW433) to be in compliance with AR190-11 Tab G to be used as an Arms Room. Updates to the existing fire system to meet current building codes may be required. This building has been identified as a historical building. Coordination with the SHPO will be required to ensure project will not violate any laws or regulations. The estimated dollar magnitude of this project is anticipated between $10,000,000 and $20,000,000. The performance period will be approximately 365 calendar days. The procurement will be conducted using source selection procedures and the award will be based on lowest price technically acceptable source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award. Anticipated NTP: 15 June 2026 with a 365 calendar-day period of performance; the Davis Bacon Act will apply. (1) PROJECT INFORMATION: The project will connect Simulators to the Fire Alarm System, converting bay areas to a wet pipe sprinkler system, and correct egress deficiencies and other life safety repairs needed to ensure life safety including code required egress/emergency lighting and the like. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: Phase 1: Factor 1 – Past Performance (Confidence Assessment) Factor 2 – Technical Approach Phase 2: Factor 1 – Design and Construction Approach Factor 2 – Proposed Contract Duration and Summary Schedule Factor 3 – Price (3) OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 6 November 2025 at the PIEE Solicitation Module website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via Solicitation number (W911KB26RA007). Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror’s responsibility to check for any posted changes to this solicitation. NOTE: Electronic proposal submissions will only be accepted via the PIEE Solicitation Module website at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. Search via Solicitation Number Search W911KB26RA007. IN ORDER TO SUBMIT A PROPOSAL, VENDORS MUST REGISTER IN THE PIEE SYSTEM AND MUST HAVE A PROPOSAL MANAGER ROLE ESTABLISHED. ADDITIONAL INFORMATION REGARDING PROPOSAL MANAGER, PROPOSAL MANAGER FUNCTIONS AND POSTING OFFERS CAN BE FOUD AT https//pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml

    Key dates

    1. October 7, 2025Posted Date
    2. November 2, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FTW506 Life Safety Repairs is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.