Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2013 FBO #4114
SOLICITATION NOTICE

38 -- ELECTRICAL SERVICES IDIQ MATOC

Notice Date
2/26/2013
 
Notice Type
Presolicitation
 
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
FA4484-13-R-0005
 
Point of Contact
Mark A. Johnson, Phone: 609-754-3956, Lynn McMiller, Phone: 609-754-2420
 
E-Mail Address
mark.johnson.31@us.af.mil, lynn.mcmiller.1@us.af.mil
(mark.johnson.31@us.af.mil, lynn.mcmiller.1@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Synopsis: ELECTRICAL SERVICES INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) 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 up to three Indefinite Delivery Indefinite Quantity contracts for JB MDL, New Jersey 08641. The individual Task Orders will be firm-fixed priced. This requirement is being set-aside for Hub Zone small businesses. The contractors submitting a proposal for the upcoming Electrical solicitation, FA4484-13-R-0005 should be experienced, bondable contractors. Potential contractors should be able to demonstrate their capability to perform as the prime contractor for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The Electrical projects will be 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 (McGuire AFB and Fort Dix Army Post) and Ocean Counties (Lakehurst Naval Station). 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 for cost and non-cost factors. Relevant Past Performance will be considered more important than Price or other non-cost factors as indicated in the solicitation. Please pay close attention to all sections in the solicitation but especially Sections A, B, L & M. The anticipated solicitation release date is 26 March 2013. A Site Visit for a “Seed Project” (project to test the contractor’s ability to offer quality solutions at reasonable costs) is tentatively scheduled for Wednesday, 10 April 2013 at 1:30 PM (EST). The site visit will start at 1:30 PM. Please plan accordingly as each attendee will still need to check into the visitor center located on McGuire AFB to obtain a base pass. All Hub Zone small business contractors wishing to participate in this requirement shall send MSgt Mark Johnson an email confirming your interest in attending the site visit. The “Seed Project” may or may not be awarded to the contractor demonstrating the solution which offers the best value to the government. A limit of up to three (3) employees per business will be authorized to attend the site visit, providing all requested information is received in a timely manner. If planning to attend the site visit, please email MSgt Mark Johnson the business name and address, DUNS number or Cage Code, Address, Phone number and e-mail address for main point of contact, full name of attendee, social security number, drivers license number and state the drivers license was issued by for each individual attending by Friday, 5 April 2013 at 1:00 PM (EST). Contractors failing to provide the requested information for their attendees may risk denial for base entry. MSgt Johnson will provide additional information as required. Upon the solicitation release on the Federal Business Opportunity (FBO) website located at www.FedBizOpps.gov the proposal will need to be submitted to MSgt Mark Johnson by e-mail no later than Wednesday, 26 April 2013 at 3:00 PM (EST). No late proposals will be accepted. A Multiple Award Task Order Contract (MATOC) is the award of multiple contracts to separate businesses. The government intends to award up to three (3) Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for Electrical Services. Actual work is completed through the issuance of Task Orders. After award of up to three (3) contracts, the awardees compete with each other on each new electrical project. The resulting awarded task orders will 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, as applicable.. These anticipated IDIQ contracts will consist of a base award period of one (1) year, and four (4) one-year option periods. Total contract period, to include options, shall not exceed five (5) 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. Documents for the solicitation will be made available only on www.FedBizOpps.gov. No individual documents will be issued. Potential offerors must be registered in the System for Awards Management (SAM) website 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.sam.gov. The government will not reimburse contractors for attending the Site Visit or for their submission of any costs associated with submitting a proposal. Contracting Office Address: 87th Contracting Office, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641. Place of Performance: Joint Base McGuire-Dix-Lakehurst, New Jersey (Burlington and Ocean Counties) Primary Point of Contact: Contract Specialist MSgt Mark A. Johnson at e-mail: mark.johnson.31@us.af.mil Phone number: (609) 754-3956 Alternate Point of Contact: Contract Specialist Lynn McMiller at e-mail: lynn.mcmiller.1@us.af.mil Phone number: (609) 754-2420 Contract Officer: Lynn Womack E-mail: lynn.womack@us.af.mil Phone number: (609) 754-4951 Contract Officer: 1Lt Kyle E. Smith E-mail: kyle.smith.45@us.af.mil Phone number: (609) 754-3897 Flight Chief/Contract Officer: Dana Deyampert E-mail: Dana.Deyampert@us.af.mil Phone number: (609) 754-2717
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-13-R-0005/listing.html)
 
Place of Performance
Address: 87th Contracting Office, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641., McGuire AFB, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN02996158-W 20130228/130226234357-1bb92a35feb16d954c53eb5882717f76 (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.