Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2007 FBO #1895
SOLICITATION NOTICE

J -- Electrical Utilities

Notice Date
2/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, MD, 20762-6500, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4416-06-R-0030
 
Archive Date
2/20/2007
 
Small Business Set-Aside
8a Competitive
 
Description
The Government intends to award an Indefinite Delivery Contract (IDC) Requirements with a basic period of performance for one year with four option years. Delivery orders will be written against the basic year and the four additional option years. The contract shall provide all plant, labor, supervision, equipment, materials, transportation, and perform all operations necessary to replace and repair electrical utilities on Andrews Air Force Base including military family housing, Davidsonville Transmitter Site, and Brandywine Receiver Site. Major items of work include, but are not limited to Primary distribution lines: Provide either overhead or underground 13,200 volt lines and all necessary hardware required to make a complete and acceptable circuit. Secondary distribution lines: Provide either overhead or underground secondary distribution lines and all necessary hardware required to make a complete and acceptable circuit. Transformers: Provide pad-mounted transformers, concrete pads with stubups, ground rods and all necessary hardware required for connection to primary and secondary cables. Switchgear and switchboard: Provide pad-mounted switches, concrete pads with stubups, ground rods, and all necessary hardware required for connection of all cables. Communication lines: Subcontract specified local telephone company or base communications for the installation of overhead or underground communication lines and all necessary hardware required to make complete and acceptable circuits. Cable television lines: Subcontract specified local cable television company for the installation of overhead or underground cable television lines and all necessary hardware required to make complete and acceptable circuits. Street lighting: Provide fixtures, poles and controls necessary for a complete and acceptable circuit. Overhead poles: Provide overhead fiberglass or wooden poles and all necessary hardware required to make overhead to underground cable transitions or support spans of cables. Underground ducts: Provide concrete encased ducts and precast manholes for all power and communication lines. Power and communication lines will be in separate ducts and manholes. The proposed procurement will be issued as a competitive 8(a) set-aside. Competition will be limited to those 8(a) firms serviced by the Washington District Office and or with an office located in the Washington District area. All other firms are deemed ineligible to submit offers for this requirement. An award will be made to the offeror who the Government determines can best satisfy the requirements set forth in the Request for Proposal (RFP) in a manner most advantageous to the Government. This is a competitive, best value source selection in which competing offerors past performance history will be evaluated on a basis significantly more important than cost or price considerations. The applicable North American Industry Classification System (NAICS) code is 238210, size standard of $13 million. The estimated magnitude of this project, to include option years is more than $10 million. Interested contractors must be registered with the Central Contractor Registration (CCR) at www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. in order to be considered for award. CCR can also be reached by calling 1-888-227-2423. The solicitation will be posted on or about 20 Feb 2007 and can be accessed at the Federal Business Opportunities (FBO) website at www.fbo.gov. Potential offerors are responsible for monitoring the website for the release of the solicitation package and updated information. Technical questions regarding the solicitation must be emailed to rose.mason@andrews.af.mil with a courtesy copy to kerry.callahan@andrews.af.mil Offer guarantee will be required when requested by the Contracting Officer. This notice does not obligate the Government to pay for any proposal preparation costs.
 
Place of Performance
Address: 1535 Command Drive, Andrews AFB, MD
Zip Code: 20762-6500
Country: UNITED STATES
 
Record
SN01223895-W 20070203/070201223045 (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.