Modify Electrical and Structure for Target Retrieval System B1145 -
ID: CRWU24-1037Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2543 460 CONSBUCKLEY AFB, CO, 80011-9572, USA

NAICS

Facilities Support Services (561210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the modification of electrical and structural systems for the target retrieval system at Building 1145, Buckley Space Force Base in Aurora, Colorado. The project involves raising safety baffles, demolishing existing non-functioning systems, relocating electrical lighting, and installing new electrical outlets and a Mini Server Rack, among other tasks. This procurement is crucial for enhancing the operational capabilities of military training facilities, ensuring compliance with safety and environmental regulations. Proposals are due by September 19, 2024, with a performance period from September 30, 2024, to January 29, 2025. Interested parties can contact Jaisen Brown at jaisen.brown@spaceforce.mil or 720-847-9945 for further information.

    Files
    Title
    Posted
    The solicitation FA254324Q00045 seeks proposals from small businesses for modifications to the target retrieval system at Building 1145, Buckley SFB, CO. The contractor will raise safety baffles, demolish existing non-functional systems, relocate electrical lighting, and install new electrical outlets and wireless access ports. Additional tasks involve installing a Mini Server Rack and replacing door hinges, with all activities governed by relevant construction wage laws under the Davis Bacon Act. The availability of appropriated funds is a contingency for contract execution. Proposals must be submitted by 05 September 2024, along with signed documents and compliance with SAM registration requirements. The schedule also includes key information about the period of performance from 30 September 2024 to 29 September 2025, and all inquiries should be directed to specified Air Force contacts. This document emphasizes the necessity of adhering to federal acquisition regulations within the framework of small business participation in government contracts.
    The combined synopsis/solicitation FA254324Q00045 outlines a request for proposals (RFP) to modify the electrical and structural systems for the target retrieval system at Building 1145, Buckley Space Force Base, Colorado. The solicitation is set aside for small businesses under NAICS Code 561210, and all prospective offerors must be registered in the System for Award Management (SAM). Key requirements include raising safety baffles, demolishing existing systems, installing electrical outlets and lighting, and setting up a Mini Server Rack in a control booth. Compliance with the Davis-Bacon Act and submission of a technical narrative, cost estimate, and construction schedule is required. Proposals are due by September 19, 2024, with a performance period from September 30, 2024, to January 29, 2025. The funding for the project is not currently available, as payment obligations depend on appropriated funds being accessible. The RFP emphasizes adherence to federal regulations governing contracting, labor laws, and environmental standards, ensuring all work aligns with established guidelines and objectives.
    The primary objective of this procurement is to modify the electrical and structural systems in Building 1145 (B1145) to facilitate the installation of a new target retrieval system for the small arms range. The modifications include raising safety baffles, relocating electrical lighting, and installing new electrical outlets and circuitry. Additionally, the hinges on shooting lane doors need replacement. The SOW provides detailed requirements for the project. It mandates adhering to specific codes, standards, and regulations, including UFC guidelines, NEC codes, and OSHA fall protection regulations. The contractor must demonstrate compliance with these standards and provide the necessary materials, equipment, and labor for the project. The scope encompasses critical tasks such as demolishing the existing target rotation system, raising safety baffles to the required height, and moving lighting fixtures in alignment with the new baffle positions. Installations are a key aspect, involving electrical outlets above retrieval tracks, a Mini Server Rack (MSR) in the control booth, and Wireless Access Ports (WAP) on the building's north and south walls. The contractor must also ensure the proper removal and replacement of hinges on the shooting lane doors. Important dates include the opportunity number 1140490 with a submission deadline of 03 July 2024. The evaluation of proposals will consider factors like technical merit, past performance, and cost to determine the most favorable offer. The evaluation criteria weigh technical factors more heavily than cost, with a focus on the contractor's ability to meet the detailed requirements and successfully execute the modifications outlined in the SOW. Overall, this procurement seeks a capable contractor to execute these specialized modifications, ensuring the safe and effective integration of the new target retrieval system into the small arms range facility.
    The document outlines a Request for Proposal (RFP) for modifications to Building 1145 at Buckley Space Force Base, aimed at accommodating a new target retrieval system for the small arms range. Key tasks include raising safety baffles, demolishing a non-functioning target rotation system, relocating electrical lighting, and installing new electrical outlets and conduits. Safety concerns address malfunctioning barricade door hinges and ricochet risks from steel lane posts, which necessitate soft wood coverings. The project must adhere to specific constraints, including work hours, utility management, security regulations, and environmental compliance, including hazardous material management. The contractor is responsible for operational security, the development of a comprehensive project schedule, and compliance with cybersecurity and construction best practices. Additionally, the contractor must submit various documentation, including testing procedures, environmental protection plans, and must coordinate with facility personnel during construction. The project emphasizes sustainability, aiming to recycle and properly manage waste per federal guidelines. Overall, the modifications seek to enhance safety, compliance, and operational efficiency within the facility while meeting military and environmental standards.
    The document outlines the design and specifications for a shooting range project at Buckley AFB, managed by Action Target Inc. It details various firing range designs, including fixed position and tactical layouts, with emphasis on trajectory containment and baffle designs to ensure safety. Specific criteria include height requirements for targets, access areas around equipment, and concrete specifications to accommodate Action Target's installations. Further, the document includes general electrical needs, installation requirements, and disclaimers about contractor responsibilities regarding existing structures and compliance with local codes. It specifies necessary electrical setups and coordination with other trades, aiming to create a comprehensive and operational shooting range facility. The project's details emphasize safety, technical accuracy, and adherence to governmental and regulatory standards, making it pivotal for secure and effective operation within military training environments. Overall, this submission serves as a blueprint for building a functional and compliant shooting range environment for military use, adhering to all specified guidelines and safety measures.
    The document is a wage determination issued for building construction projects in Arapahoe County, Colorado, applicable to contracts under the Davis-Bacon Act. It outlines minimum wage rates for various trades and classifications, informed by recent executive orders establishing higher wage thresholds. Contracts awarded on or after January 30, 2022, must pay at least $17.20 per hour, while those before this date are subject to a rate of $12.90 unless renewed afterwards. The document details wage rates for skilled laborers, including carpenters, electricians, and plumbers, along with benefits such as vacation and paid holidays. It provides an appeals process for wage determination disputes and emphasizes compliance with additional worker protections established under related executive orders. Overall, this determination ensures fair pay in the construction industry, aiming to uphold worker rights and standards in federal contracts. The structured format includes a clear classification of job roles, associated wage rates, and necessary legal references, crucial for contractors involved in government-funded construction projects.
    The document outlines a Request for Quote (RFQ) issued for a project at Buckley Space Force Base, Colorado, specifically for the refurbishment of Building 1145, designated as CRWU 24. It includes responses to contractor inquiries regarding the project, although the specifics of these questions and responses are not provided in the text. The RFQ is part of the federal government's procurement process, following guidelines established under GSA eBuy, which facilitates the acquisition of products and services for federal agencies. This document serves as an official solicitation to identify contractors who can fulfill the government's requirements for the project, ensuring compliance with federal standards while enhancing operational capabilities at the base. Overall, the RFQ aims to engage potential contractors in the bidding process to execute the needed work for Building 1145.
    The CRWU 24-1037 project at Buckley Space Force Base aims to modify the electrical and structural components of Building 1145 to accommodate a new target retrieval system for the small arms range. Key tasks include raising safety baffles, demolishing existing equipment, relocating lighting, and installing new electrical outlets across 14 shooting lanes. Additional tasks involve covering metal lane dividers with soft wood to prevent ricochets and replacing compromised door hinges to enhance safety. Construction will predominantly occur during weekdays, adhering to strict utility interruption protocols and security measures during heightened Force Protection Conditions. The contractor must manage hazardous materials responsibly, employ environmental management practices, and submit schedules for inspections. Compliance with numerous regulations, including the National Electric Code and OSHA standards, is mandatory. A focus on operational security is emphasized throughout the process, with specific protocols for handling potentially hazardous materials like lead and asbestos. The document outlines detailed requirements for final inspections, warranties, and environmental compliance, ensuring a coordinated effort to achieve safe and effective modifications to the target retrieval range. This project reflects the government’s commitment to enhancing military training facilities while ensuring safety and compliance with federal regulations.
    The document emphasizes the importance of accurate measurements for an unspecified project, reinforcing that all measurements are in inches and must be verified in the field. Although it does not provide extensive details, it highlights the critical nature of field verification to ensure precision during the implementation phase. This instruction aims to avert potential discrepancies that could arise from relying solely on approximate figures. The succinct nature of the document suggests that it serves as an addendum or instruction set pertinent to a project tied to government RFPs, federal grants, or state/local RFPs, where adherence to specifications is crucial for compliance and successful execution.
    Each individual's personal information is carefully listed in the provided government file. The record appears to be related to licensing and identification, with sections for names, dates of birth, driver's license numbers, and states of issuance. Notably, one individual requires escort privileges. The data is organized with precision, indicating a possible connection to security or access-related procedures. The file offers a snapshot of personal details, suggesting further details or clearance levels might be sought for these individuals.
    The file comprises a Request for Quote (RFQ) concerning construction activities at Buckley Space Force Base, specifically for Project CRWU 24, focused on building 1145. Key points include the confirmation that as-built drawings have been provided and that the contractor need not submit stamped drawings. The construction will close the existing range completely during the project timeline. Responsibilities for installing the range system lie with the manufacturer, Action Targets. The RFQ emphasizes that demolition activities are to occur during normal business hours and that any hinge or wall deflector replacements will require contractor discretion based on approval by the designated engineer. Additionally, the project is tax exempt and contains specific proposal requirements, including the need for material quantities. A referenced change in project scope includes the addition of Division 6 work assignments. The document outlines that testing and commissioning will exclusively relate to electrical conduit penetrations, ensuring clarity around project responsibilities and requirements. This RFQ reflects compliance with federal project standards relevant to construction and modifications at government facilities.
    The document outlines a schedule for material submittals related to the project "CRWU 24-1037 - Modify Electrical and Structure for Target Retrieval System B1145," set to commence on August 29, 2024. It lists various required submittals, each with specific submission timelines and designated reviewers, primarily project managers (PM) and inspectors (INSP). Key items include the construction schedule, kick-off meeting minutes, outage requests, demo plans, cut sheets for materials, progress meeting minutes, and certification regarding hazardous materials like lead-based paint and asbestos. Important deadlines for submission, ranging from 5 business days to 30 calendar days after specified meetings or inspections, are specified. The schedule facilitates coordinated project execution, ensuring compliance with safety and planning standards during construction, reflecting the structured approach of federal and local procurement processes.
    The document outlines the design and specifications for the Small Arms Range Complex at Buckley Air Force Base, Colorado. It includes a comprehensive index of drawings and sheets detailing various aspects of the construction project, including electrical, plumbing, mechanical, and architectural elements. The drawings are organized under designated titles such as technology site plans, floor plans, and elevation views, providing blueprints for constructing functional and efficient training facilities. Key components include various range layouts, mechanical systems coordination, and safety features like fire protection and maintenance access. The drawings also delineate materials to be used, installation notes, and compliance references relevant to federal standards. The purpose of this documentation is to guide the construction process effectively while ensuring safety, operational efficiency, and adherence to governmental regulations. Overall, it serves as a critical resource for contractors and architects involved in this federal project, reflecting the Department of Defense's commitment to enhancing operational capabilities at military bases.
    The document outlines specifications for door hinges required in a construction or renovation project, detailing the quantities needed for various lanes. Specifically, it mentions four total hinges for Lane 1, eight total hinges for Lane 2, and unspecified quantities for Lane 3 and Lane 14. The references to "DOOR" suggest an assembly requirement that must meet particular design or functional criteria. The main purpose of this document is to communicate essential hardware requirements for the project, likely in response to a Request for Proposal (RFP) or project specifications for federal or local funding initiatives. It emphasizes the importance of adhering to specified quantities for compliant installation, which aligns with regulations in construction projects that require precise adherence to listed components and materials. Overall, the document serves as a basic inventory or checklist for hinge requirements for specific door installations, ensuring that contractors procure the necessary materials for smooth project execution and compliance with predefined standards.
    The government seeks modifications to electrical and structural systems in Building 1145 for target retrieval, including raising safety baffles, electrical outlet installation, and server rack placement. Contractors are required to demonstrate compliance with Davis Bacon Act wage requirements and numerous FAR and DFARS clauses, covering topics like labor laws, cybersecurity, and contract administration. A site visit is scheduled for August 20th, with quotes due on September 5th. Evaluation criteria emphasize compliance with the described requirements. Line items detail specific tasks, such as demoing the target rotation system and modifying electrical systems, each with a proposed firm-fixed price. Delivery and performance are expected from September 2024 to September 2025.
    Lifecycle
    Similar Opportunities
    Hot Aisle Containment with Server Rack
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the purchase, delivery, and installation of sixteen seismic compliant IT cabinet racks configured in a hot aisle containment (HAC) system at Schriever Space Force Base in Colorado. The project aims to enhance cooling efficiency and operational resiliency within the data center environment by implementing advanced features such as biometric locks, temperature sensors, and thermal curtains, while ensuring compliance with military and commercial standards. This initiative reflects a broader commitment to optimizing data center infrastructure, which is critical for energy efficiency and effective thermal management in military operations. Interested small businesses must submit their firm fixed price quotes by September 20, 2024, and can direct inquiries to Pamela S. Gusta at pamela.gusta.1@spaceforce.mil or TSgt Trenton Beavers at trenton.beavers@spaceforce.mil.
    Construct Redundant Electrical Supply, Buckley SFB, CO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a redundant electrical supply at Buckley Space Force Base in Colorado. The project aims to replace aging cable and switchgear, install a new backup commercial power feed, and enhance the facility's resiliency in accordance with Uptime Institute Tier IV Standards. This initiative is critical for eliminating single points of failure that could jeopardize mission reliability. Interested small businesses are encouraged to reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or call 402-995-2584 for further details, as the project is set aside for total small business participation under SBA guidelines.
    PSFB Fire Alarm System (FARS) Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is soliciting quotes for the upgrade of the Fire Alarm System (FARS) across multiple buildings on the base. This project involves the replacement and enhancement of network switches and Uninterrupted Power Supply (UPS) systems, ensuring compliance with safety and environmental regulations while utilizing energy-efficient products. The upgrade is critical for maintaining operational readiness and safety standards at the facility, with a project completion timeline of 180 calendar days. Interested vendors must submit their quotes by September 25, 2024, and can contact SrA Langley Davis at langley.davis@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil for further information.
    Delta 9 Great Lakes Server Racks
    Active
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron at Schriever Space Force Base, is seeking proposals for the procurement of Great Lakes Server Racks under solicitation number FA255024Q0063. The primary objective is to acquire server racks that will support Delta 9's operational needs, focusing on baseline configurations, power consumption reduction, and maximizing physical space, with a delivery timeline of 60 days post-award. These server racks are critical for enhancing the operational capabilities at Schriever SFB, ensuring compliance with the Trade Agreements Act (TAA) and other government standards. Interested small businesses must submit their quotes by September 23, 2024, and can contact John A. Hughes at john.hughes.31@us.af.mil or Evan Eschenburg at evan.eschenburg.1@spaceforce.mil for further information.
    Sources Sought - Overhead Doors Repair and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force 460th Contracting Squadron at Buckley Space Force Base in Colorado, is seeking potential vendors for an Overhead Doors Repair and Maintenance contract. This procurement aims to ensure the effective management and maintenance of overhead door systems, requiring contractors to provide personnel, materials, and equipment for semi-annual inspections and emergency repairs, adhering to strict operational and safety standards. The contract emphasizes the importance of maintaining quality control and compliance with security and environmental regulations, reflecting the federal government's commitment to high service standards. Interested vendors should submit their responses, including company information and capabilities, to the primary contact, Andrea Czeck, at andrea.czeck@spaceforce.mil, by the specified deadline.
    Mobile Vehicle Barriers (MVB) and Racks Schriever Space Force Base (SSFB) CO
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of Mobile Vehicle Barriers (MVB) and associated storage racks at Schriever Space Force Base in Colorado. The contractor is required to provide either Brand Name or Equal Pitagone F-18 Mobile Vehicle Barriers and a 6-Unit Open Storage Rack, along with a 12-month warranty for each item. This procurement is critical for enhancing security measures at military installations, ensuring effective traffic control, and maintaining safety during heightened security conditions. Interested parties must submit their quotes by September 19, 2024, and direct any inquiries to Linda A. Cummings at linda.cummings@us.af.mil or Nodar Dundua at nodar.dundua.1@spaceforce.mil.
    CCTV for bldg. 1471 and bldg. 1840 Peterson SFB
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is soliciting proposals for the installation of a modern Closed Circuit Television (CCTV) system at Buildings 1471 and 1840 on Peterson Space Force Base in Colorado. The project involves removing outdated equipment and integrating a new system that enhances security coverage, with a completion timeline of 30 days. This initiative is crucial for safeguarding government property and supporting mission objectives, reflecting the government's commitment to maintaining optimal security measures. Interested small businesses must submit their quotations by September 20, 2024, and can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Ralph E. Mayer at ralph.mayer@spaceforce.mil for further details.
    Project Labor Agreement Survey - Power Independence Mission Control Station (MCS), Buckley Space Force Base (SFB), Colorado (CO)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting feedback from the construction community regarding the potential use of Project Labor Agreements (PLA) for the upcoming Power Independence Mission Control Station (MCS) project at Buckley Space Force Base in Colorado. This construction project, estimated to cost between $25 million and $100 million, aims to provide essential utility and backup power facilities for the Space-Based InfraRed Systems mission, including the construction of a new power plant and associated infrastructure. The use of PLAs is intended to enhance efficiency and stability in labor relations for large-scale federal construction projects, as mandated by Executive Order 14063. Interested parties are encouraged to submit their comments by 2:00 PM Central Time on September 24, 2024, via email to Brandon Landis at brandon.p.landis@usace.army.mil, with a courtesy copy to Brittany Gull at brittany.c.gull@usace.army.mil.
    PL4 Upgrade Bldg. 1844 Peterson SFB (Amendment 2)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the upgrade of security systems at Building 1844, Peterson Space Force Base, under solicitation number FA2717-24-Q-0116. The project involves the design, purchase, installation, replacement, and testing of a PL4 AMAG Access Control System (ACS), transitioning from the existing GE Diamond system, with a performance period from September 30 to December 1, 2024. This procurement is crucial for enhancing the security infrastructure at the base and is set aside exclusively for small businesses under NAICS code 561621. Interested offerors must submit their quotations, including a cover letter and detailed technical and pricing information, by September 20, 2024. For further inquiries, contact Aaron Smith at aaron.smith.103@spaceforce.mil or call 719-556-9087.
    IT Room Fire and Mechanical Systems
    Active
    Dept Of Defense
    The Department of Defense seeks contractors for fire protection renovations at the Schriever Space Force Station in Colorado Springs. The project involves converting the existing fire suppression system and renewing aged piping systems to meet National Fire Protection Association (NFPA) standards. This invitation for bid (IFB) requires registered interest and will be released on the Acquisition Resource Center (ARC) platform. The anticipated timeline includes a bidders' walk-through on August 8, 2024, with a bid due date of September 17, 2024, and a contract award announcement on September 20, 2024. The scope of work includes the conversion of the fire protection system from pre-action to wet systems, focusing on battery rooms. The project aims to address safety concerns related to the existing system. Contractors should be prepared to meet the NFPA requirements and demonstrate experience in fire protection renovations. Eligible contractors should register on the ARC platform and submit their bids accordingly. The government will not entertain tax-related claims, and contractors should be aware that tax exemption may not be honored by all entities. The primary point of contact for questions is Nicole Brown at brownnic@nro.mil. Further details will be provided on the ARC platform. The evaluation of bids will be based on the criteria outlined in the IFB.