Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2023 SAM #7876
SOURCES SOUGHT

Y -- Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield

Notice Date
6/19/2023 9:34:15 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
FA2521 45 CONS LGC PATRICK SFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
YXTK13-1806
 
Response Due
6/28/2023 10:00:00 AM
 
Archive Date
07/13/2023
 
Point of Contact
Timothy Johnson, Phone: 3214945451
 
E-Mail Address
timothy.johnson@spaceforce.mil
(timothy.johnson@spaceforce.mil)
 
Description
SOURCES SOUGHT: This is not a notice of request for proposal.� It is a request for information for planning purposes only. It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Project Number and Title for this requirement is �YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5� and shall be used to reference any written responses to this source sought. The 45th Contracting Squadron (45 CONS), is publicizing this Sources Sought Notice to gather industry information and input with respect to anticipated procurement of construction Project Number YXTK 13-1806, �Repair Electrical Distribution Lines, Feeder 5� Ascension Auxiliary Airfield, South Atlantic Ocean. The Government is interested in Small Businesses. The North American Industry Classification Systems (NAICS) Code proposed is 237310, Power and Communication Line and Related Structures Construction. The small business size standard for NAICS 237310 is $45M. Scope of Work The work to be accomplished is at Ascension Island Auxiliary Airfield (AAAF) which is considered a remote location with very limited resources. Ascension Island is in the South Atlantic Ocean approximately 5,000 miles southeast of Cape Canaveral, Florida and half-way between Africa and South America. The work to be performed under this project consists of providing all labor, equipment, and materials to replace the existing Feeder 5 overhead electrical distribution system for AAAF. Civil.� Civil work includes the installation of new concrete utility poles, trenching for concrete encased duct bank and communication conduit, installation of concrete equipment pads, and demolition of existing wood utility poles.� Install approximately 2,000 linear feet of concrete encased duct bank, 1,500 square feet of concrete roadway repair and 130 square feet of cast-in-place concrete equipment pads in accordance with the specifications and drawings. Electrical.� Electrical work includes installation of new medium voltage overhead lines on new concrete utility poles, new medium voltage conductor routed through new concrete encased duct bank at every road crossing, and new communication cables routed on same medium voltage concrete utility poles. The existing Feeder 5 infrastructure will remain operational during construction and will be de-energized and demolished upon installation of new Feeder 5. The project specifications are included as part of this sources sought.� Project drawings will be included with the future solicitation. AAAF General Site Specific Conditions Sealift transportation of contractor furnished material and equipment from Patrick Space Force Base (PSFB), FL to AAAF, including loading and offloading, is provided by the Government at no charge to the contractor. Airlift transportation of contractor personnel from PSFB to AAAF is conducted by United States Transportation Command (USTRANSCOM) contracted flights.� The contractor is responsible for costs of the channel passenger tariffs.� Current Fiscal Year 2023 rates are $5,706 per round trip. �USTRANSCOM flights originate from PSFB to AAAF and typically depart on Mondays and return Wednesdays. Flights are scheduled every other week.� No other mode of transportation to and from AAAF is available. Theater and Country Clearance are required for all contractors who travel to AAAF. Clearance for personnel must be requested a minimum of 35 calendar days prior to the requested travel date. To obtain Theater & Country Clearance required pre-clearance training must be completed. The following training/actions must be completed prior to the travel request submission: (1) Antiterrorism Level I Training. Computer based training module. Approximate time for completion is 1 hour. (2) Survival, Evasion, Resistance and Escape (SERE) Training (Civilian Option). Computer based training module. Approximate time for completion is 4 hours. (3) Isolated Personnel Report (ISOPREP). Completion of report is accomplished in person through the security office on PSFB. Approximate time for completion is 30 minutes. Response information This request for information is in support of market research being conducted by 45 CONS to determine potential sources capable of fulfilling all requirements associated with this requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e. SBA 8(a), HUBZone, SDVOSB, WOSB, SB) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. All interested firms shall submit a capabilities package that outlines the firm�s capabilities in providing the required work at a remote location like AAAF. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Include in your capabilities package your Unique Entity ID, Cage Code, and System for Award Management (SAM) expiration date. Responses may be submitted electronically to the following e-mail address: timothy.johnson@spaceforce.mil. �Please include �Sources Sought YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, AAAF� in the subject line. RESPONSES ARE DUE NO LATER THAN 1:00pm EST 28 June 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cfd978698c944b7096223ec8a0b94ce9/view)
 
Place of Performance
Address: SHN
Country: SHN
 
Record
SN06719529-F 20230621/230619230106 (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.