SOLICITATION NOTICE
Y -- Repair Electrical Distribution
- Notice Date
- 5/26/2020 12:24:36 PM
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- W7MT USPFO ACTIVITY ALANG 187 MONTGOMERY AL 36108-4824 USA
- ZIP Code
- 36108-4824
- Solicitation Number
- W50S6N-20-B-0003
- Archive Date
- 06/30/2020
- Point of Contact
- Stephen A. Shanks, Phone: 3343947530, Benjamin W. Scott, Phone: 3343947528
- E-Mail Address
-
stephen.a.shanks2.CIV@mail.mil, benjamin.w.scott6.mil@mail.mil
(stephen.a.shanks2.CIV@mail.mil, benjamin.w.scott6.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Purpose of amendment is to update the anticipated solicitation posting date. This is a pre-solicitation notice synopsizing an upcoming Invitation for Bid (IFB) solicitation to satisfy the requirements of FAR 5.201, 5.203 and 5.204. The Contracting Officer (KO) will not be able to answer any questions pertaining to this notice. Questions will only be answered that are received by Request for Information (RFI) after the actual solicitation and drawings have been posted to Contract Opportunities on thebeta.sam.gov website. The KO will not maintain a bidder's mailing list. All interested parties should register via the� interested vendors list. Do not contact the KO for General Contractor Information. It is the responsibility of the bidder to monitor and download amendments from Contract Opportunities which may be issued to this solicitation. �Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.� On or about 12 June 2020 the United States Property and Fiscal Office for Alabama, on behalf of the 187th Fighter Wing, Alabama Air National Guard, Montgomery, Alabama intends to issue an Invitation for Bid for the Repair Electrical Distribution. �The Project reference number will be FAKZ162003.� This will be a single, firm-fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, facilities, tools, equipment, appliances and supervision necessary to perform and complete project at 187th Fighter Wing, Montgomery Regional Airport, Montgomery, Alabama.� Magnitude of the project is between $1,000,000 and $5,000,000. Construction/contract completion time is anticipated to take approximately 270 calendar days after the notice to proceed, to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 237130 - Power and Communication Line and Related Structures Construction. The small business size standard is $39.5 million average annual revenue for the previous three years. This action is being procured as a 100% Small Business Set Aside. The Davis Bacon Wage Determination for this project is AL2020115 Dated 1/03/2020. Project scope is for removal of existing overhead electrical distribution lines and support structures and installation of new underground electrical distribution systems. The proposed project includes the following: 1. Demolition of existing overhead electrical distribution lines and support structures as indicated on the drawings. 2. Installation of new underground electrical distribution systems by direct bore method as indicated on the drawings. 3. Installation of new sectionalizing cabinets, pad mounted transformers, pad mounted switches, and other above grade structures where indicated on the drawings. 4. Modifications to existing primary electrical service entrances to various buildings on based to coordinate with new electrical distribution systems where indicated on the drawings. 5. Replacement of service entrance panel boards where shown. 6. Removal of existing pole mounted street lighting and installation of new street and parking lot lighting systems. 7. Installation of new luminaires on existing poles to provide flight line security lighting. 8. Minor site repair work to return disturbed areas to pre-work conditions including repair/replacement of concrete curbs and gutter, repair/replacement of paving systems, and installation of grass seed/sod. 9. Installation of secondary service metering at all electrical service points and providing metering reporting software for new metering. Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary to perform support. Brand name/Sole source requirement applicable to this project are as follows: The following products/manufacturers are required to be provided, by name, with substitutions not allowed: 1. Johnson Controls for electricity metering 2. Hubbell site lighting luminaires, poles, and Sitesync controls systems. The following regulations are applicable to this project (including but not limited to the following): All applicable National, State and Local Codes (City of Montgomery) Alabama State Fire Marshall Dannelly Airfield Fire Department Montgomery Regional Airport Master Plan Design Data Americans with Disability Act Accessibility Guidelines (ADAAG), Current Edition ICC/ANSI A117.1-2003 Design Guidelines for Accessible and Usable Building Facilities OSHA All Applicable Sections of the US Code of Federal Regulations 28 CFR 35 Department of Justice Accessibility Regulations Relating to State and Local Governments 28 CFR 36 Department of Justice Accessibility Regulations Relating to Public Accommodations. 29 CFR 1910 Occupational Safety and Health Standards 36 CFR 1191 Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities; Architectural Barriers Act (ABA) Accessibility Guidelines; current edition. FED-STD-795 - Uniform Federal Accessibility Standards; 1988. All applicable Engineering Technical Letters (ANGETL) ANGETL 10-03, Air National Guard Design Objectives and Procedures Air National Guard Handbook (ANGH) 32-1084, Facility Space Standards All Applicable Sections of the United Facilities Criteria Series 1-200:� UFC 1-200-01, UFC 1-200-02 Series 3-100:� All Series 3-200:� All except UFC 3-220-04FA, UFC 3-220-05, UFC 3-230-OS, UFC 3-230-03, UFC 3-320-06A, UFC 3-240-02, UFC 3240-03N, UFC 3-240-05A, UFC 3-240-10A UFC 3-240-13FN, UFC 3-250-07, UFC 3-260-01, UFC 3-260-02, UFC 3-260-03, UFC 3-260-05A, UFC 3-260-11FA, UFC 3-260-16FA, UFC 3-270-05, UFC 3-270-06, UFC 3-270-07, UFC 3-270-08, UFC 3-280-01A, UFC 3-280-04 Series 3-300: UFC 3-400-02, UFC 3-310-04 Series 3-400:� All except UFC 3-430-01FA, UFC 3-430-02FA, UFC 4-430-07, UFC 4430-08N, UFC 3-430-11, UFC 3-440-01, UFC 3-440-05N, UFC 3-460-01, UFC 3-460-09 Series 3-500:� All except UFC 3-520-05, UFC 3-535-01, UFC 3 540-01, UFC 3-555-01N, UFC 3-580-10 Series 3-700:� All Series 4-400:� UFC 4-010-01, UFC 4-010-02, UFC 4-021-01 All National Fire Protection Association (NFPA) codes and standards referenced by Unified Facilities Criteria (UFC). All model codes and standards developed by the International Code Council (ICC) referenced by Unified Facilities Criteria (UFC).� International Building Code, edition referenced in applicable UFC. International Fire Code, edition referenced in applicable UFC. International Fuel Gas Code, edition referenced in applicable UFC. International Mechanical Code, edition referenced in applicable UFC. International Plumbing Code, edition referenced in applicable UFC. International Electrical Code, edition reference in applicable UFC. DoD Manual 5205.07, Volume 3, April 23, 2015, Change 1 Intelligence Community Directive, ICD 705 Intelligence Community Standard, ICS 705-1 Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities, IC Tech Spec-for ICD/ICS 705 There will be a pre-bid conference/site visitation held for this project and for all prospective bidders. The date, time and location will be announced with the formal solicitation. A site location visit will follow the pre-bid conference. Due to Base Security requirements and limited field staff available for construction contractor site visits, this scheduled site visit will be the only one offered. Individual requests for site visits will not be granted. The solicitation, associated information, and the plans/specifications will only be available from the Contract Opportunity��website on-line at https://beta.SAM.gov. �Contract Opportunity�is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offeror must register� before accessing the system. Registration requires the following information: 1) System for Award Management (SAM), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address.� DISCLAIMER: The official plans and specification will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the Contract Opportunity page 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 due to 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 solicitation will be a competitive Invitation for Bid (IFB) and there will be a formal, public opening at a date to be determined at time of formal solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0cf61e3984ff4a3b9ffb49a5228b3442/view)
- Place of Performance
- Address: Montgomery, AL 36108, USA
- Zip Code: 36108
- Country: USA
- Zip Code: 36108
- Record
- SN05670193-F 20200528/200526230146 (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 |