Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2006 FBO #1670
SOLICITATION NOTICE

Z -- REPAIR ELCTRICAL DISTIRBUTION SYSTEMS

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-06-R-0009
 
Response Due
6/21/2006
 
Archive Date
7/6/2006
 
Description
Dollar magnitude of this project is between $1,000,000 to $5,000,000. The total performance time is 586 calendar days. Area A & C will be 335 calendar days, Area B will be 251 calendar days. Project No. DKFX 04-1047. The contractor will provide all labor, supplies, material, supervision, transportation, equipment and all work necessary to upgrade electrical distribution systems. The work includes, but is not limited to: Area A: Repair Under Ground Electric ? [McCaw Street] Description: Installation of new underground primary electrical, secondary electrical lines, telephone and cable television distribution systems, including conduits, conductors, cables, pad-mounted switches, pad-mounted transformers, communication handholes, concrete-encased duct banks, trenching, pavement repair and other supporting accessories, as indicated. Area C: Repair Under Ground Electric - [Hill / Substation / E. Jackson] Description: The general intent of this project is to relocate base above ground utility systems (overhead electrical poles) to below grade (underground) from main substation to North of East Jackson along Hill Blvd (D circuit and flagpole feeder). Area B: Repair Under Ground Electric ? [S. Davis/Graves] Description: Installation of new underground primary electrical, secondary electrical lines, telephone and cable television distribution systems, including but not limited to conduits, conductors, cables, pad-mounted switches, pad-mounted transformers, communication handholes, concrete-encased duct banks, trenching, pavement repair and other supporting accessories, as indicated, and incidental related work. A firm-fixed price is contemplated. This solicitation shall be considered for 100% set-aside for SDVOSB, Hubzone and 8(a) firms. If two or more qualified firms respond and meet requirements, this project shall be set-aside. If adequate interest from small businesses is not received, then the solicitation will be issued unrestricted and evaluated using the HUBZone preference program. Interested SDVOSB, HUBZone, and 8(a) concerns should indicate interest to the Contracting Officer, in writing, as early as possible, within 10 calendar days from the date of this notice. As a minimum, the following information is required: (a) a copy of your letter from the VA certifying your status as a SDV, or a copy of the certificate issued by SBA of your qualifications as a HUBZone or 8(a) concern; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of the recent experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers; (d) evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested SDVOSB, HUBZone, or 8(a) concerns. Failure to submit all information requested may result in a contractor not being considered as an interested SDVOSB, HUBZone, or 8(a) concern. If adequate interest is not received from SDVOSB, HUBZone, or 8(a) concerns, the solicitation will be issued as unrestricted without further notice. The applicable NAICS code is 238210 with a small business size standard of $12,000,000. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. It is anticipated the solicitation will be issued electronically on or about 13 JUL 05 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. All prospective contractors must be registered in the Central Contractor Registration, (CCR), in order to be eligible for an award. Area A and C work will be awarded based on the following: ?If current fiscal year (FY06) funds become available, contract award will be made no later than 30 Sep 06. if FY06 funds are not available, this project will be funded with FY07 funds. FY07 funds are expected by 17 Nov 06. Solicitation may be cancelled and all offers rejected before award but after solicitation closing date when cancellation is clearly in the government?s best interest.? Area B work will be awarded only if funds become available, based on the following: ?FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION / RFP EITHER BEFORE OR AFTER THE RFP CLOSING DATE.? Primary point of contact: Edgard Bonillas, Contract Specialist, Phone (843) 963-5172, FAX (843) 963-2829. e-mail: edgard.bonillas@charleston.af.mil. Send all correspondence to: 437th Contracting Squadron, Attn: Edgard Bonillas, 101 East Hill Blvd, Charleston AFB, SC 29404-5021.
 
Place of Performance
Address: 437 CONS / LGCB, 101 E. HILL BLVD, CHARLESTON AFB SC
Zip Code: 29404-5021
Country: USA
 
Record
SN01074676-W 20060623/060621220835 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.