Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2012 FBO #3770
SOLICITATION NOTICE

Z -- Repair and Maintain Electrical Distribution System IDIQ

Notice Date
3/19/2012
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-12-R-0015
 
Point of Contact
Derek R Henson, Phone: 843-963-5180, Cheryl Bennett, Phone: 843-963-5173
 
E-Mail Address
derek.henson@us.af.mil, cheryl.bennett@us.af.mil
(derek.henson@us.af.mil, cheryl.bennett@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 628th Contracting Squadron at Joint Base Charleston, SC will solicit for a Electrical Distribution System Maintenance & Repair Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base Charleston - Weapons Station (JB CHS-WS), Goose Creek, South Carolina. Dollar magnitude for this contract is between a minimum of $25,000.00 and a contract maximum not-to-exceed of $5,000,000.00 over a five-year period (base year and four option years). This project work includes providing all labor, materials, equipment, transportation and supervision to make repairs and perform maintenance to the Electrical Distribution System on Joint Base Charleston. The work to be performed by the contractor consists of maintaining the JBC-WS and JBC-AB high voltage electrical grids, which are located within all areas of Joint Base Charleston Weapons Station, Goose Creek, South Carolina and Joint Base Charleston Air Base, North Charleston, South Carolina, respectively. The JBC-WS high voltage electrical grid consists mainly of above ground electrical lines and three electrical substations. The JBC-AB high voltage electrical grid consists mainly of buried electrical lines and one electrical substation. The award amount for each delivery order will be negotiated based upon a pre-priced menu with line item prices determined during the initial contract bid. The performance time for each delivery order will be negotiated prior to award of each delivery order. The work to be performed by this contract consists of furnishing all plant, labor, materials, equipment, supplies and supervision necessary to complete various projects involving the maintenance of the JBC-WS and JBC-AB high voltage electrical grids. Work includes, but is not limited to: high voltage electrical line replacement, replacement and maintenance of transformers, replacement and maintenance of gang-operated air brake switches, replacement of power poles, cross arms, insulators, and circuit breakers, performance of substation maintenance, maintenance of automatic transfer switches and emergency diesel generators, maintenance of high mast lighting, maintenance of airfield lighting, and incidental related work. Capability to handle emergency response for storm damage to the JBC-WS and JBC-AB high voltage electrical grids or substations will be required. Maintenance of an office on JBC-WS will be required. Certification in 13.8 KVA power systems is required. Primary Distribution System voltages range between 4,160V and 13.8/7.97 kV at the NWS and 12.47/7.2 kV at the AB. Crewmen will be required to pass a criminal history background check. U.S. citizenship is required in order to enter certain facilities on JBC-WS. 8(a), SDVOSB and HUBZone firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement will be set aside. Should an insufficient number of responses be received in the three categories, the requirement will be issued as unrestricted. Interested 8(a), SDVOSB and HUBZone concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 3 April 2012. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 25 percent (25%) of the cost of the contract, not including the cost of materials, with its own employees. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside you qualify for under the applicable NAICS codes (8(a), SDVOSB or HUBZone). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, percent and description of work self-performed, and points of contacts with current telephone numbers. (d) Evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested 8(a), SDVOSB, and HUBZone concerns. If adequate interest is not received from 8(a), SDVOSB or HUBZone concerns, the solicitation will be issued as unrestricted without further notice. The applicable NAICS code is 237130 with a small business size standard of $33,500,000.00. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. It is anticipated the solicitation will be issued electronically on or about 23 April 2012 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. All prospective contractors must be registered in the Central Contractor Registration, (CCR), in order to be eligible for an award. Point of Contacts: Primary Point of Contact: SSgt Derek Henson, Contract Specialist, Phone (843) 963-5180, FAX (843) 963-2829, e-mail: derek.henson@us.af.mil. Alternate Point of Contact: Cheryl Bennett, Contracting Officer, Phone (843) 963-5173, FAX (843) 963-2829, e-mail: cheryl.bennett@us.af.mil. Send all correspondence to: 628th Contracting Squadron, Attn: Derek Henson, 101 E. Hill Blvd, Joint Base Charleston, SC 29404-5021.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-12-R-0015 /listing.html)
 
Place of Performance
Address: Joint Base Charleston - Weapons Station, Goose Creek, SC 29445-6224 and Joint Base Charleston Air Base, North Charleston, South Carolina 29404-5021., United States
 
Record
SN02699704-W 20120321/120319234800-a0ddb9e6f645d19e18732e6671076ad3 (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.