Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

Z -- Electrical Services Maintenance and Repairs

Notice Date
2/16/2017
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008517R3608
 
Response Due
3/6/2017
 
Archive Date
3/27/2017
 
Point of Contact
Annette Taylor 812-854-2673 Carrie Grimard 812-854-6641; Debbie Dills 812-854-3234
 
Small Business Set-Aside
Total Small Business
 
Description
RFP #N40085-17-R-3608, ELECTRICAL SERVICES MAINTENANCE and REPAIRS AT NAVAL SUPPORT ACTIVITY (NSA), CRANE AND GLENDORA TEST FACILITY, SULLIVAN, INDIANA THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING AT THE FOLLOWING WEBSITES: https://www.neco.navy.mil. The official plan holders list will be maintained and can be printed on the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR ™S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Annette Taylor via e-mail at annette.taylor@navy.mil It is the Government ™s intent to utilize the contract resulting from this solicitation to accomplish Electrical Services Maintenance and Repairs. The resulting contract will be an indefinite-delivery/indefinite-quantity Requirements (IDIQ) type contract to accomplish electrical utility work, both high voltage and interior building electrical distribution. Work will be performed at the Naval Support Activity (NSA Crane), Crane, Indiana and the Glendora Test Facility at Sullivan Indiana. It is the intention of this solicitation to provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform center wide electrical services maintenance and repairs. The intention of the future solicitation will include various interior and exterior electrical maintenance and repair, emergency calls and repairs, installation of interior electrical work, fiber installation and repairs, and electrical utility systems, including provision of pole mounted and pad mounted transformers, wiring, conduit, underground electrical distribution systems, electrical substations and substations equipment, overhead transmission and distribution systems, generators, trenching, concrete, asphalt, isolation switches, earthwork, clearing and grubbing, seeding, asbestos removal that is part of electrical utility work. This contract does not include interior electrical work, electrical utility work, generators, etc. that are to be installed to support new building construction and major repairs or renovations to existing facilities. The actual amount of work to be performed and the time and place of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor. The proposed solicitation will contain provisions for a 12-month base period plus two 12-month option periods, to be exercised at the Government ™s discretion. The contract maximum will be $20 million, or 36 months, whichever comes first. The NAICS Code for this solicitation is 238210 Electrical Contractors and Other Wiring Installation Contractors, The Small business Size Standard is $15M. Low Price-Technically Acceptable simplified acquisition selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. A Source Sought was issued on 27 December 2016 under Solicitation #N4008517R3608 for responses from 8(a) firms in Region V; Service Disabled Veteran Owned Business; Hub Zone concerns, Women Owned Small Business, Economically Disadvantaged Women Owned Small Business and Small Businesses. The sources sought did not provide two qualified concerns for the classifications listed above. Therefore, this solicitation is issued as a 100% Small business Set-aside. The small business office concurs with the set aside determination. Approximate release date is 06 March 2017 with proposals due no earlier than 30 calendar days after the actual release date. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/695678a2670b15b2847edf26563248a2)
 
Place of Performance
Address: 300 Highway 361 B-2516, Crane, IN
Zip Code: 47522
 
Record
SN04406230-W 20170218/170216235516-695678a2670b15b2847edf26563248a2 (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  © 1994-2020, Loren Data Corp.