Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOLICITATION NOTICE

J -- Wallops Flight Facility Restoration of Main Base Electrical Infrastructure � Phase 2

Notice Date
1/19/2023 12:03:20 PM
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC23B0001
 
Response Due
2/16/2023 1:30:00 PM
 
Point of Contact
Janicea McCree, Phone: 301-286-3909, Leslie Adams, Phone: 301-286-7241
 
E-Mail Address
Janicea.L.McCree@nasa.gov, Leslie.M.Adams@nasa.gov
(Janicea.L.McCree@nasa.gov, Leslie.M.Adams@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NASA/GSFC plans to issue an Request for Proposal (RFP) for Wallops Main Base Electrical Restoration Project, at Wallops Flight Facility, Wallops Island Virginia. The scope of work for this project is for the second phase of the Restoration of Main Base Electrical Infrastructure project.� This project will replace approximately 20,000 linear feet of direct burial cable with a new electrical power feeder in conduit using directional boring technology. The work will also include replacing approximately 5 live front air switches throughout the Main Base with more reliable and safer SF6 gas switches. In addition, looped circuits will be created as part of this project to allow for more flexibility and resiliency during power outages and system maintenance. This includes replacing all direct burial cables, sectionalized switches, transformers, and other related equipment that make up the system. The existing backbone feeder throughout the Main Base is 15 kV, 4/0 AWG copper with the exception of a few sections of the system. These remaining portions shall be replaced with 4/0 AWG feeders.� This competitive acquisition will result in a single firm fixed price construction contract. The order of magnitude for this procurement is between $1,000,000 and $5,000,000 and the effort shall be completed within 12 months after notice to proceed. A bid guarantee, performance, and payment bond will be required. The NAICS Code and small business size standard for this procurement is 237130 and $39.5M, respectively. This is a new procurement. It does not replace an existing contract. No prior information exists. The anticipated release date of the RFP is on or about January 20, 2023, with an anticipated offer closing date of on or about February 16, 2023. The firm date for receipt of bids will be stated in the RFP. All responsible sources may submit a bid which shall be considered by the Agency. This acquisition will be solicited as a full Small Business Set-Aside. It is the offeror's responsibility to monitor the Internet site for release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Offerors can view and/or download the solicitation via http://beta.sam.gov/when it becomes available. No telephone requests or collect calls will be accepted. NASA Clause 1852.215-84. Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/far/far0595-nfs012617/5215-16.htm. The solicitation and any documents related to this procurement will be available over the Internet. No provision in this notice in any way obligates the Government to pay any bid preparation cost. All contractual and technical questions must be submitted in writing to the primary and secondary points of contact stated in this notice. Questions shall be submitted in written form via email. No questions will be addressed via telephone method. All contractual and technical questions shall be submitted electronically via email to Leslie Adams at Leslie.M.Adams@nasa.gov and Janicea McCree at Janicea.L.McCree@nasa.gov no later than February 9, 2023 at 4PM, EST. Site Visit & Site Visit Instructions An optional site visit has been set for February 2, 2023, at 10:00 A.M. Eastern Standard Time (EST).� Attendees will meet outside of the Wallops Flight Facility Badging Office N-001, at 34200 Fulton Street, Wallops Island, VA 23337, to receive their visitor badge.� Please limit site visit attendees to no more than three (3) people.� Attendees shall travel to each site location using their own personal vehicle.� The Contracting Officer Representative will lead the convoy to each site location. �Please submit a list of all site visit attendees, including�legal first name, middle initial, and last names, company, citizenship, and phone number via e-mail, to Contract Specialist Janicea McCree at Janicea.L.McCree@nasa.gov, and courtesy copy Contracting Officer Leslie Adams at Leslie.M.Adams@nasa.gov, no later than (NLT) 3:00 P.M. EST, on January 26, 2023.� Please ensure names of attendees submitted for badge access match EXACTLY as indicated on identification to ensure badge access to the site. When responding reference�Notice ID:��80GSFC23B0001.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c8ce455b9ece4127b58fa0184dc19f9f/view)
 
Place of Performance
Address: Wallops Island, VA 23337, USA
Zip Code: 23337
Country: USA
 
Record
SN06567789-F 20230121/230119230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.