SOLICITATION NOTICE
N -- Repair Lighting, Buildings 1168 and 3128
- Notice Date
- 6/9/2020 3:42:12 PM
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- W7MU USPFO ACTIVITY AKANG 168 EIELSON AFB AK 99702-1794 USA
- ZIP Code
- 99702-1794
- Solicitation Number
- W50S6K20B0007
- Response Due
- 6/24/2020 5:00:00 PM
- Archive Date
- 07/09/2020
- Point of Contact
- Jeffery Porter, Phone: 9073778742, Rachel E. Clark, Phone: 9073778742
- E-Mail Address
-
jeffery.porter.4@us.af.mil, rachel.clark.14@us.af.mil
(jeffery.porter.4@us.af.mil, rachel.clark.14@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The 168 Wing, Eielson AFB, AK intends to issue an Invitation for Bid (IFB) to award a single, firm fixed-price (FFP) contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for Project Number: 20-2001, repair lighting buildings 1168 and 3128. The overall scope of this contract is to remove the existing light fixtures and install new LED light fixtures in building 1168 rooms 117, 119, and 124.� In addition to a base price for the work described above, the solicitation will also include government options for this project.� Those options include, Option 1: remove existing light fixtures and replace with LED light fixtures in building 1168 rooms 103/104, 105, 108, 111, 115, 116, 201, and 202; Option 2: Remove existing light fixtures and replace with LED light fixtures in building 1168 rooms 102, 109, 110, 113, 114, 121, and 122, and building 3128. Major elements of work include: �Verify the locations and schedule of existing light fixtures.� All existing fixture wattages and voltage must be verified by contract prior to ordering.� Fixtures have been specified with mounting brackets, contractor should verify before ordering. � 2. In most locations there is a uni-strut infrastructure where existing light fixtures are mounted.� New fixtures shall be mounted to existing infrastructure if feasible. 3. Light fixtures shall align with existing wiring, circuitry, and emergency action.� Battery back-up fixtures shall be installed according to what is existing in the facility. 4. Some of the light fixtures to be removed shall remain intact and provided to 168 Wing CE. 5. Light sensors, detectors, and switches shall be replaced to comply with Antiterrorism/Force Protection protocols, as well as energy savings. 6. All panels that have lighting circuitry in them shall be outfitted with Surge Protection Devices IAW UFC 3-530-01. 7.� Procure and install fixtures IAW attached drawings. 8.� Dispose of old fixtures and bulbs IAW installation and environmental requirements. Unit of Issue: 1 JOB The contract duration is 75 calendar days after issuance of the Notice to Proceed (NTP).� This project is set aside 100% for Small Business.� The North American Industry Classification (NAICS) Code is 238210, with a size standard of $16.5 million average annual revenue for the previous three (3) years.� The magnitude of this construction project is anticipated to be between $100,000 and $250,000 in accordance with FAR 36.204. Your attention is directed to LIMITATIONS ON SUBCONTRACTING (JAN 2019) (DEVIATION 2019-O0003) Construction by special trade contractors, it will not pay more than 75 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 toward the 75 percent subcontract amount that cannot be exceeded. The tentative date for issuing the solicitation is on or about 24 June 2020. The tentative date for the pre-bid conference is on or about 13 July 2020, 10:00 a.m. Alaskan at the 168 Wing, Civil Engineer Building #3225, Eielson AFB, AK.� Interested contractors are encouraged to attend the pre-bid conference and should register in accordance with the requirements to be provided in the upcoming solicitation for clearance to the facility. A site visit will follow each pre-bid conference. Directions and instructions for entering the base will be provided in the solicitation package. Actual dates and times will be identified in the solicitation. THIS NOTICE IS NOT A SOLICITATION.� All questions for the pre-bid conference must be submitted by 06 July 2020, 4:00pm Alaskan via email to usaf.ak.168-wg.list.fal-msc-contracting@mail.mil. The bid opening date is scheduled for on-or about 23 July 2020.� 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: https://www.sam.gov/portal/public/SAM.� You will need your DUNS number to register.� Instructions for registering are on the web page.� The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities website online at https://beta.sam.gov/. Contract Opportunities is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. INTERESTED BIDDERS/OFFERORS MUST REGISTER WITH�CONTRACTING OPPORTUNITIES�BEFORE ACCESSING THE SYSTEM AND ARE ENCOURAGED TO START THE REGISTRATION PROCESS NOW.� Registration instructions can be found on the https://beta.sam.gov/ website at https://beta.sam.gov/help/contract-opportunities, and selecting the �Contractor Quick Start Guide� in the top right hand corner. Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY. This solicitation is a competitive bid and there will be a formal public bid opening. DISCLAIMER: The official plans and specification will be located on the official government web page at the time the solicitation is posted and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://beta.sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors 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 offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be sent via email to MSgt Jeffery Porter and SSgt Rachel Clark at usaf.ak.168-wg.list.fal-msc-contracting@mail.mil.� All answers will provided in writing via posting to the web.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f52b1d23d57c4d8e9ba9cdee23871012/view)
- Place of Performance
- Address: Eielson AFB, AK 99702, USA
- Zip Code: 99702
- Country: USA
- Zip Code: 99702
- Record
- SN05684396-F 20200611/200609230141 (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 |