SOURCES SOUGHT
Z -- Electrical Maintenance, Repair, and Minor Construction
- Notice Date
- 12/2/2008
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-09-R-0004
- Archive Date
- 12/27/2008
- Point of Contact
- Bryant Soule,, Phone: 315-330-4723, Janis M Norelli,, Phone: 315/330-3311
- E-Mail Address
-
bryant.soule@rl.af.mil, janis.norelli@rl.af.mil
- Small Business Set-Aside
- N/A
- Description
- Capable sources are sought to perform an Electrical Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Air Force Research Laboratory (AFRL) Rome Research Site (RRS) NY 13441. This is a Sources Sought Notice and not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of any costs to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from responses to this notice may be used in the development of an acquisition strategy and future solicitation. The Air Force is considering whether to set-aside this contemplated Firm Fixed Price (FFP) acquisition for 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) sources. If adequate responses to this Sources Sought Notice are not received, the acquisition may be solicited on an Unrestricted basis. If this effort is to be set aside, then the clause at FAR 52.219-14, Limitations on Subcontracting, will apply and the prime specialty trade contractor will be required to perform a minimum of 25% of the cost of the contract, not including the cost of materials, with its own employees. This Sources Sought Notice is for planning purposes only. The applicable NAICS code is 238210 with an associated small business size standard of $14,000,000 average annual revenue. This acquisition includes but is not limited to completion of delivery orders in the following areas of electrical maintenance, repair, and minor construction: (a) Installation, maintenance, and repair of interior and exterior distribution up to 600V including feeders, main distribution equipment, secondary distribution equipment, terminal devices, and wiring. (b) Installation, maintenance, and repair of interior and exterior lighting. (c) Installation, maintenance, and repair of electronic and electric control systems. (d) Installation, maintenance, and repair of single and three phase motor controls including variable frequency drives. (e) Installation, maintenance, and repair of interior transformers up to 600V primary voltage. Installation may include both contractor and/or government provided equipment as required by each individual delivery order. Specifications, drawings, and associated documents will be provided at time of solicitation. NOTE: this description of work is for the purpose of general information only and is not intended to include nor describe every feature of work or to define the scope of the work completely. The estimated ordering period will be 5 years from the date of award. The estimated magnitude of construction is between $100,000 and $250,000 annually. The Davis Bacon Act will apply to performance of this contemplated contract. All interested 8(a), HUBZone, SDVOSB, and SB concerns are invited to respond. Responses must include: (1) positive statement of your intent to submit a proposal for this solicitation as a prime contractor; (2) evidence of experience within the past three years of work similar in magnitude and scope to include: (a) at least one referenced electrical job where your firm repaired an existing condition; (b) one referenced electrical job where your firm maintained existing electrical components; (c) one referenced job where your firm performed minor electrical new construction; and (d) one referenced job where your firm repaired, maintained, or completed new construction which implemented Johnson Controls, or your firm managed a Johnson Controls entity as a sub-contractor; (3) past performance information for work cited above to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers; (4) documentation of current 8(a), HUBZone, SDVOSB, and/or SB status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.) Special attention should be given to the pre-proposal site meeting requirement that will be included in the contemplated contract. Due to the nature of the work requirements the awarded contractor will be responsible to attend pre-proposal site meetings for all prospective delivery orders at no additional cost to the government. The contractor will be asked to schedule and attend a pre-proposal meeting within 5 business days after notification from the contracting officer. All responses must be submitted in sufficient detail for a decision to be made on a 8(a), HUBZone, SDVOSB, or SB set aside. Failure to submit all information requested may result in a contractor being considered ‘not interested' in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Ms. Janis Norelli, Small Business Specialist (tel 315-330-3311, 26 Electronic Parkway, Rome NY, 13441-4514) with an email notice to Mr. Bryant Soule, Contract Specialist (bryant.soule@rl.af.mil). Technical questions may be directed to Bryant Soule at 315-330-4723, email bryant.soule@rl.af.mil. All information must be received before 3:00 PM EST FRIDAY 12 DECEMBER 2008 to be considered for selection. NOTE: In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be actively registered in Central Contractor Registration (CCR - http://www.ccr.gov), Online Representations and Certifications Application (ORCA - http://orca.bpn.gov), and Wide Area Workflow (WAWF - https://wawf.eb.mil).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6fe6a30108510481b89ed4c225229134&tab=core&_cview=1)
- Place of Performance
- Address: Air Force Research Laboratory, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN01712585-W 20081204/081202215924-6fe6a30108510481b89ed4c225229134 (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 |