The RFP Database
New business relationships start here

Pave Paws Electrical Upgrade at Beale AFB, CA


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Karen D. Scott at karen.d.scott@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.

Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business (SB), Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for the installation of LED street lights, wall pack LED light fixtures, and weatherization features in/around specific building doorways, windows, and roofs.

The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to perform as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project. However, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors.

This project is planned for advertising near the end of Oct 2017.

In accordance with FAR 36.204(g), the estimated value of the resulting contract is expected to be $3.60M with an estimated duration of 635 days or less.
The resulting contract type is expected to be a Firm-Fixed Price.

The NAICS Code is 236220, the size standard is $36.5 million, and the Federal Supply Code is Z2QA Commercial and Institutional Building Construction.

Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract (not including the cost of materials) with its own employees for specialty general construction.

Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract.

PROJECT DESCRIPTION
The Sacramento District of the U.S. Army Corps of Engineers has an upcoming project for the design and construction of repairs to the electrical system at Beale AFB (PAVE PAWS, B-5761). The goal of this project is to repair by replacement the obsolete A-B PLCs and Woodward generator load sharing speed control system with a new state-of-the-art module and to build an upgraded reliable power distribution control configured in a 2N+2 power and control arrangement in order to provide a robust /4,160/480V power distribution system.


The basic approach to the construction is to design for and execute the repair by replacement the installation of transformers, 480V Main Distribution Panels (MDP), Motor Control Centers (MCC), Programmable Logic Controllers (PLC), generator control systems, control/monitoring consoles, emergency lighting generator, Automatic Transfer Switch (ATS), and the associated electrical system. The work involves extensive electrical repair work, which will include, but not be limited generators, electrical switchgears, panels, wirings, demolition, concrete, and transformers.


This contract is a design-build contract. In carrying out the work required by this contract, the contractor shall furnish all of the personnel, labor, services, equipment, tools, materials, vehicles, facilities, supervision, and all other resources necessary for, or incidental to, the performance of work set forth herein. The contractor shall be fully capable of interpreting and addressing all aspects of applicable environmental laws and regulations. The Project will consist of repair by replacement the installation of transformers, 480V Main Distribution Panels (MDP), Motor Control Centers (MCC), Programmable Logic Controllers (PLC), generator control systems, control / monitoring consoles, emergency lighting generator, Automatic Transfer Switch (ATS), and the associated electrical system.


Building 5761 is a controlled-access facility with specific areas/floors identified as Special Access
Program Facilities (SAPFs). Based on user operations, the design of these areas shall comply with security criteria in JAFAN 6/9. The Contractor of this project will be required to hire an escorting subcontractor to provide escort services for workers to the job site during the construction. The Escort must have or be able to obtain a "Secret" security clearance. A ratio of 1 escort per 5 construction employees is maximum allowable.

CAPABILITY STATEMENT
The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages.
1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address.
2) Offeror's interest in bidding on the solicitation when it is issued.
3) Offeror's capability to perform contracts of this magnitude, complexity, and comparable work performed within the past 5 years; specifically addressing / describing how you self-performed the effort to include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Please provide at least 3 examples that are relevant to the project described within this synopsis.
4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.).
5) Offeror's Joint Venture information if applicable - existing and potential.
6) Offeror's Bonding Capability in the form of a letter from Surety.

The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms; or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered.

Please notify this office in writing by email by 3:00 PM Pacific Time on 06 October 2017. Submit response and information through email to: karen.scott@usace.army.mil.


 


Karen D. Scott, Phone 9165577109, Email Karen.Scott@usace.army.mil - Melissa A. DeNigris, Phone 9165575137, Email Melissa.A.DeNigris@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP