Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2024 SAM #8230
SOLICITATION NOTICE

N -- Electrical Construction

Notice Date
6/7/2024 3:12:33 PM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
1333ND24RNB190010
 
Response Due
6/25/2024 10:00:00 AM
 
Archive Date
07/10/2024
 
Point of Contact
Tamela Lewis, Richard 'Trent' Stevens
 
E-Mail Address
tamela.lewis@nist.gov, richard.stevens@nist.gov
(tamela.lewis@nist.gov, richard.stevens@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Background: The National Institute of Standards of Technology (NIST) has issued a Solicitation for General Construction services for the Research and Development (R&D) facility with 52 buildings located on a 578-acre campus.� Other facilities are located within Montgomery County, Maryland. This project is intended to provide a multiple award indefinite delivery, indefinite quantity (IDIQ) electrical construction contract for the National Institute of Standards and Technology (NIST). Objectives The Government may contract with up to four offerors to provide general electrical construction services via an IDIQ contract but reserve the right to award less.� Joint ventures will not be considered for award.� The Government intends to award specific work requirements via the issuance of firm fixed price task orders placed against the IDIQ contracts.� Task orders will be competed among all IDIQ contract awardees in accordance with FAR 16.5.�� Scope General construction services for NIST will be detailed with the individual Task Orders.� This is a design-bid-build, NOT a design-build contract.�All requirements will be designed by other.�Requirements will be detailed within the individual Task Orders (TOs). Work may include, but not limited to the demolition, installation, maintenance,�modification, addition, troubleshoot, and repair of the following: 1. Electrical branch circuits from 120 volt single phase up to 208 volt�three phase, utilizing EMT, rigid conduit, and wiremold raceway�systems. 2. 120/208, and 277/480 Volt service. 3. Transformers, network protectors, switchgear, switchboards, medium�voltage load interrupters, pad mounted switches, panelboards, motors�and control centers, uninterruptible power supply (UPS), generators,�alarms, direct digital controls (DDC) and various other electrical�equipment and devices.� 4. Electrical faults and problems. 5. Interior and exterior lighting (120 V to 277 V), including re-lamping and ballast�replacement. 6. Work from building plans, blueprints, wiring diagrams, engineering drawings,�and electrical O&M manuals to plan and lay out the routing, placement type, size,�gauge, balance, load, continuity, and safe operation of electrical lines, circuits,�systems, equipment, and controls. 7. Life safety systems. To include fire alarm (Simplex), mass�notification, exhaust fan/fume hood interlock, gas monitoring, and laser safety interlock systems.� 8. 13.8 kV exterior power distribution systems in concrete encased duct�banks. 9. Exterior low voltage communication systems in concrete encased duct�banks. 10. Medium and low voltage faults in underground distribution networks�with manholes. 11. Low and medium-voltage cables and splices. 12. Building low voltage communication systems. Deliverable Schedule To be defined at each task order SOW/Requirements Acquisition Schedule NIST intends to issue a Request for Proposal (RFP) 1333ND22QNB190089 on or about June 28, 2024, via Contract Opportunities at https://www.sam.gov/. NOTE All work must be performed in accordance with industry, NIST, and OSHA standards, The National Electric Code (NFPA 70, current edition), Standard for Electrical Safety in the Workplace (NFPA 70E, current edition). All Lock out/tag out procedures must be always followed. All workers must have the appropriate personal protective equipment (PPE). Emails or phone calls about the schedule will not be responded to. The schedule above is subject to change, and any change will be posted via www.Sam.gov. When or if the Solicitation is released, it will be via www.Sam.gov.� All proposal costs shall be the responsibility of the potential Offerors; the Government will not reimburse any Offeror for any costs incurred prior to award.� It is the responsibility of potential offerors to monitor this website for any information that may pertain to the RFPs and/or a future solicitation. NIST will execute multiple individual task orders (TOs) ranging in value from $2,500 up to $2,000,000. Maximum life of the contract will be $9,000,000 in aggregate. Task orders will be offered to be competitively bid by the General Construction IDIQ contract holders in accordance with the �Fair Opportunity� as per FAR 16.505. If an offeror would like to be listed so that others can see that the offeror is an interested vendor, the offeror must click the �Add Me to Interested Vendors� button in the listing for this solicitation on www.Sam.gov. The Offeror whose proposal represents the best value to the Government shall be selected for award. Anticipated Award Date: November 2024 Estimated Period of Performance: Five-year ordering period
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/914434eabe8a4d48a8505f2157ed043d/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07090068-F 20240609/240607230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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