Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2006 FBO #1794
SOLICITATION NOTICE

Z -- Interior Electrical Services for Permanent and Mobilization Buildings (Excluding Family Housing Areas) and Exterior Electrical Services with no Exclusions at Fort Hood, Texas

Notice Date
10/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
ACA, Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-06-B-0002
 
Response Due
12/6/2006
 
Archive Date
2/4/2007
 
Small Business Set-Aside
N/A
 
Description
This acquisition will be a firm-fixed price requirements type construction contract consisting of a base period (from 04 January 2007, or date of award, whichever is later, through 03 January 2008) with two one-year option periods. The Contractor wil l be required to provide all plant, supervision, labor, materials, equipment, supplies and transportation necessary to complete the scope of work (provide electrical services per the bidding schedule for new or replacement of existing vacuum circuit breake rs, single and three phase primary overhead and underground electrical distribution lines, wood and steel poles, down guys, overhead guys, anchors, crossarms, insulators, pole and pad mounted transformers, fused cutouts, lightning arrestors, steel reinforc ed concrete transformer pads, gang operated air switches, primary and secondary electrical metering, single and three phase overhead and underground secondary, roadway lighting, high mast lighting, flood lighting, ball field lighting, solar lighting fixtur es, pole-mounted obstruction light fixtures, steel reinforced concrete base foundations for steel poles, lighting controllers, continuity testing of ammo bunkers, ammunition holding areas and railheads, static grounding point testing for fuel tankers, stat ic grounding point installations for fuel tankers, lightning aerial rods, painting of static grounding points, service risers, service laterals, wiring gutters, panel boards, circuit breakers, fused safety switches, switch racks, dry type transformers, con duits, trenching, primary and secondary conductors and cables, extra heavy duty power cords, receptacles, outlets, hand holes, core drilling, tele-power poles, interior and exterior light fixtures, emergency battery and lamp supply units, exit signs and l ight switches). All work shall comply with all State, local and Federal laws and regulations, industry and construction codes and standards, manufacturers specifications and recommendations, and all contract special provisions, terms and conditions. The Contractor shall be responsible for obtaining all required licenses and permits to perform construction work on a Federal installation, be properly bonded and insured in accordance with FAR requirements. One contract will be awarded to the bidder whose bi d is responsive to all aspects and requirements of the solicitation, considering price and other price related factors. All work under this contract will be ordered by issuance of individual task orders. The estimated magnitude of this project is expected to be between $10,000,000 and $25,000,000. A bid guarantee is required in the amount of $2 million. The North American Industry Classification System (NAICS) code for this acquisition is 238210. Solicitation will be unrestricted, under the authority of FAR Subpart 19.1005(a). The Government anticipates issuing an Invitation for Bids (IFB), W91151-06-B-0002, on or about 6 November 2006 with a tentative closing date of 6 December 2006. The IFB will be available for downloading at the Army Single Face to Industry website at https://acquisition.army.mil/asfi. No paper copies of the solicitation will be mailed and telephone requests will not be honored. Contractors must be registered in the Central Contractor Registration (CCR), accessed via the Internet a t http://www.ccr.gov. Offerors pricing and representations and certifications shall be submitted electronically. All responsible, responsive, and timely bids will be considered for award. Questions regarding this solicitation may be sent to Joanne Smon ko at e-mail address joanne.smonko@hood.army.mil or faxed to 254-286-6740 or Neta Singley at e-mail address neta.singley@hood.army.mil, phone 254-287-3054, or faxed to 254-286-6740.
 
Place of Performance
Address: ACA, Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
Country: US
 
Record
SN01169497-W 20061025/061023230316 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.