Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

61 -- Repair Overhead Utility System

Notice Date
7/3/2008
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-08-R-0005
 
Response Due
7/14/2008
 
Archive Date
7/29/2008
 
Point of Contact
Kenya Hall, Phone: 843-963-5172, Cheryl M Bennett,, Phone: (843) 963-5173
 
E-Mail Address
kenya.hall@us.af.mil, cheryl.bennett@charleston.af.mil
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Pre-solicitation Notice Solicitation Number: FA4418-08-R-0005 Posted Date: 3 July 2008 Original Response Date: 18 July 2008 Classification Code: 61 - Electric wire & Power & Distribution Equipment Contracting Office Address Department of the Air Force, Air Mobility Command, 437th Contracting Squadron, 101 E. Hill Blvd, Charleston AFB. SC, 29404-5021 Repair Overhead Utility System, Charleston AFB, SC. Dollar magnitude of this project is $1,000,000 to $5,000,000. Area D, Project No. DKFX 07-0003D is estimated for 301 calendar days. Area E, Project No. DKFX 07-0003E is estimated for 301 calendar days. Area B, Project No. DKFX 04-1047B is estimated at 371 calendar days. The total performance time will be determined upon award based on number of projects funded. The contractor will provide all plant, labor, supplies, material, supervision, transportation, equipment and all work necessary to repair overhead utility electrical distribution systems. The work includes, but is not limited to: Area D: Repair Electrical Distribution System McCaw Street Description: Demolition of existing overhead electrical, telephone, cable television, and fiber optic systems, including poles, conductors, cables, conduit, guys, meters, transformers, and associated equipment. Installation of new underground electrical, telephone and cable television distribution systems, including but not limited to: conduits, conductors, cables, pad-mounted switches, pad-mounted transformers, communication hand holes, concrete-encased duct banks, trenching, pavement repair and other supporting accessories, as indicated. Area E: Repair Electrical Distribution System Bates Street Description: Demolition of existing overhead electrical, telephone, cable television, and fiber optic systems, including poles, conductors, cables, conduit, guys, meters, transformers, and associated equipment. Installation of new underground electrical, telephone and cable television distribution systems, including but not limited to: conduits, conductors, cables, pad-mounted switches, pad-mounted transformers, communication hand holes, concrete-encased duct banks, trenching, pavement repair and other supporting accessories, as indicated. Area B: Repair Electrical Distribution System Bates Street Description: Demolition of existing overhead electrical, telephone, cable television, and fiber optic systems, including poles, conductors, cables, conduit, guys, meters, transformers, and associated equipment. Installation of new underground electrical, telephone and cable television distribution systems, including but not limited to: conduits, conductors, cables, pad-mounted switches, pad-mounted transformers, communication hand holes, concrete-encased duct banks, trenching, pavement repair and other supporting accessories, as indicated. A Firm Fixed Price contract is contemplated. This solicitation shall be considered for 100% set-aside for 8(a) firms, SDVOSB, and Hub-zone. If two or more qualified firms respond and meet requirements, this project shall be set-aside. If adequate interest is not received from the three (3) categories, then the solicitation will be issued unrestricted and evaluated using the HUB-zone preference program. Interested 8(a) firms, SDVOSB, and Hub-zone 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) Indicate which set-aside you qualify for under the applicable NAICS code (8(a) firms, SDVOSB or HUB Zone) (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 8(a) firms, SDVOSB, or Hub-zone concerns. Failure to submit all information requested may result in a contractor not being considered as an interested 8(a) firms, SDVOSB, or Hub-zone concern. If adequate interest is not received from 8(a) firms, SDVOSB, and Hub-zone concerns, the solicitation will be issued as unrestricted without further notice. The applicable NAICS code is 238210 with a small business size standard of $13,000,000. 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. Work will be awarded based on the following: "Depending on if and how much funding is received the Government will award all, some, or none in the following priority: (1) Area D, (2) Area D & E, (3) Area D, E, & B or, (4) none - no award due to lack of funding." It is anticipated the solicitation will be issued electronically on or about 21 JUL 08 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) system, in order to be eligible for an award. Contract award will be made no later than 30 Sep 08. 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. All work will be awarded only if funds become available. Primary point of contact: Kenya Hall, Contract Specialist, Phone (843) 963-5172, FAX (843) 963-2829. e-mail: Kenya.hall@us.af.mil. Send all correspondence to: 437th Contracting Squadron, Attn: Kenya Hall, 101 East Hill Blvd, Charleston AFB, SC 29404-5021. Original Point of Contact Kenya Hall, Contract Specialist, Phone (843) 963-5175, FAX (843) 963-2829, e-mail: Kenya.hall@us.af.mil. Alternate point of contact: Cheryl Bennett, Contracting Officer, Phone (843) 963-5173, Fax (843)963-2829, e-mail: Cheryl.bennett@charleston.af.mil. Place of Performance Address: Charleston AFB, SC Postal Code: 29404-5021 Country: USA NOTICE TO OFFERORS: "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."
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c110a58c6e2bb20304fbdf6cb648e93&tab=core&_cview=1)
 
Place of Performance
Address: Address: Charleston AFB, SC, Postal Code: 29404-5021, Country: USA, Charleston AFB, South Carolina, 29404-5021, United States
Zip Code: 29404-5021
 
Record
SN01607041-W 20080705/080703215525-0c110a58c6e2bb20304fbdf6cb648e93 (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.