SOLICITATION NOTICE
N -- B35 Critical Electrical Line Installation
- Notice Date
- 8/18/2025 11:05:22 AM
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- W7M9 USPFO ACTIVITY KSANG 184 MCCONNELL AFB KS 67221-9000 USA
- ZIP Code
- 67221-9000
- Solicitation Number
- W50S7X25BA001
- Response Due
- 9/2/2025 7:00:00 AM
- Archive Date
- 09/17/2025
- Point of Contact
- Joshua Kingori, Phone: 3167597590, Kevin Smith, Phone: 3167597591
- E-Mail Address
-
joshua.kingori.2@us.af.mil, kevin.smith.124@us.af.mil
(joshua.kingori.2@us.af.mil, kevin.smith.124@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Invitation for Bids (IFB) Set-Aside for Small Businesses - Presolicitation NAICS Code: 238210 � Electrical Contractors and Other Wiring Installation Contractors The 184 Wing Kansas National Guard, McConnell AFB, Kansas intends to issue an Invitation for Bids to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the Installation of a critical electrical line to Building 35�s communications room, at McConnell AFB, Kansas. Work shall consist of the installation of a critical electrical line to Building 35�s communications room. A critical line will need to be installed to the comm node which will keep power to the room in the event of a power outage. This room will be powered off of the critical loop fed from building 16. The contract duration will be 90 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Businesses. The North American Industry Classification System (NAICS) Code is 238210, with a small business size standard of $19,000,000. The magnitude of construction is between $100,000 and $250,000. The tentative date for issuing the solicitation is on-or-about 02 September 2025. The tentative date for the pre-bid conference is on-or-about 09 September 2025, 0900 local time, location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 5 September 2025 via email to joshua.kingori.2@us.af.mil and kevin.smith.124@us.af.mil The bid opening date is tentatively planned for on-or-about 22 September 2025. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov. Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded�. In accordance with FAR 36.211(b), the following information is provided: The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available but will be compiled and provided in future announcements. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror�s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/71e15633c59848eca2b0dd1fb4f5de70/view)
- Place of Performance
- Address: McConnell AFB, KS 67221, USA
- Zip Code: 67221
- Country: USA
- Zip Code: 67221
- Record
- SN07554820-F 20250820/250818230045 (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 |