SOURCES SOUGHT
Z -- SOURCES SOUGHT - Construction ELECTRICAL IDIQ - MATOC
- Notice Date
- 7/6/2012
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
- ZIP Code
- 08641
- Solicitation Number
- Electrical-IDIQ-MATOC-Sources-Sought
- Point of Contact
- Mark A. Johnson, Phone: 6097543956
- E-Mail Address
-
mark.johnson.31@us.af.mil
(mark.johnson.31@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: ELECTRICAL MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) SOURCES SOUGHT. Joint Base McGuire-Dix-Lakehurst (JB MDL) is seeking potential sources capable of providing a wide spectrum of Electrical Testing/Inspection/Repair/Maintenance and Trouble-shooting for two to three multiple award Firm Fixed Priced Indefinite Delivery Indefinite Quantity contracts for JB MDL, New Jersey 08641. This Sources Sought notice is to identify potential small, bondable and experienced prime contractors and their socio-economic status. Potential contractors responding to the sources sought should be able to demonstrate their capability to perform as the prime contractor for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Electrical projects in support of ongoing requirements for trouble-shooting, alterations, repairs, and preventative maintenance of US Government facilities, structures and other real property located on three bases in the JB MDL, NJ region located in Burlington and Ocean Counties. THIS IS A SOURCES SOUGHT NOTICE ONLY. The sources sought does not constitute an Invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the government to issue a contract or otherwise pay for the information solicited. A Multiple Award Task Order Contract (MATOC) is an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Electrical Services with multiple awardees. Actual work is awarded through the issuance of task orders. Multiple awardees generally compete with each other for task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders are issued non-competitively to one contract holder. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects that will be performed in accordance with individual task order requirements, specifications and drawings or with the set of master specifications issued with the successful offerors Task Order Contract. These anticipated IDIQ contracts will consist of a base award period of one (1) calendar year, and four (4) one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Task orders will consist of small to large projects with a minimum value of $2,000.00. Typical task order projects include but are not limited to: 1. Inspect, test, troubleshoot, construct, maintain, and repair interior electrical systems, out to the buildings’ electric meter pan to include circuit breakers and protective relays, all voltages and types, regulators/voltage controls, motor controls, thermostats, wiring, outlets and switches to point of connection to electric utility. 2. Providing general inspections, making adjustments, splicing, terminating electrical cables, programming, infrared thermal inspections, and coordination with local utility companies if required. 3. Construct and repair secondary electrical services from the meter pan to the utility pole. 4. Provide mark out services as required to identify underground electrical service lines. 5. Repair or replace secondary underground electrical wiring, cables, and other related components including miscellaneous concrete that is incidental to electric repairs and installations. 6. Repair and replace fire alarm panels, mass notifications systems and building annunciator systems to include but not limited to King Fisher, Monaco, Edwards and Siemons IAW manufacturers specifications. 7. Insulated wire and cable, electrical distribution system (underground), interior distribution system, interior and exterior lighting. The North American Industry Classification System (NAICS) code for this work is 238210. The small business size standard is $14 million average annual revenue averaged over the previous three years. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance and Technical Capability. Our intention is to advertise this as a small business set-aside if a sufficient number of responsible, qualified small businesses express an interest based on this sources sought notice. Interested bondable small businesses having the skills and capabilities necessary to perform the stated requirements are invited to submit a positive statement of intention to submit a proposal as a prime contractor; The attachments should be typewritten and shall not exceed five (5) pages. All interested small business concerns shall provide the previously listed information to mark.johnson.31@us.af.mil no later than 4:00 PM eastern standard time on Aug 06, 2012. No phone calls accepted, only e-mail inquiries. THIS IS A SOURCES SOUGHT NOTICE ONLY. The sources sought does not constitute an Invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the government to issue a contract or otherwise pay for the information solicited. No further information is available from the Joint Base McGuire-Dix-Lakehurst, NJ, Base Contracting Office. The government may or may not issue solicitation documents as a result of this sources sought notice. All interested parties who believe that they can meet the requirements are invited to submit in writing the complete information describing their capability and qualifications to provide the aforementioned support services. Please include your company name, point of contact, address, telephone number, Duns & Bradstreet Unique Numbering System (DUNS) number, Central Contractor Registration (CCR), and Commercial and Government Entity (CAGE) code and your firms' small business status and category (i.e. Small Business, Woman Owned Small Business, HubZone, Service Disabled Veteran Owned Small Business, Veteran Owned Small Buisness, Competitive 8(a), etc.). Potential offerors must be registered in CCR to be eligible for contract award or payment from any Department of Defense activity. Information on registration and annual confirmation requirements may be obtained at www.ccr.gov and Online Representations and Certifications Application (ORCA) found at https://orca.bpn.gov/. All respondents that can provide any of the requested information should reply in writing (electronic responses) no later than thirty (30) days of this publication to the Contract Specialist, MSgt Mark A. Johnson at mark.johnson.31@us.af.mil. The Government will not pay for any information submitted in response to this announcement. Primary Point of Contact: Contract Specialist MSgt Mark A. Johnson at email mark.johnson.31@us.af.mil Phone number: (609)-754-3956
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/Electrical-IDIQ-MATOC-Sources-Sought/listing.html)
- Place of Performance
- Address: Contracting Office Address:, 87th Contracting Office, 2402 Vandenberg Avenue, Joint Base Mcguire-Dix-Lakehurt, New Jersey, 08641., Place of Performance:, Joint Base McGuire-Dix-Lakehurst, New Jersey (Burlington and Ocean Counties), McGuire AFB, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN02795710-W 20120708/120706234410-7cb18e130b6f960ede5bd3d8bb5a290a (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 |