21 CES - MSS1 & MSS2 Tie Switches
ID: FA251724Q0123Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Switchgear and Switchboard Apparatus Manufacturing (335313)

PSC

SWITCHES (5930)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of S&C Electric brand and generic electrical equipment, specifically for the installation of tie switches between Main Switch Station (MSS) 1 and MSS 2 at Peterson Space Force Base in Colorado. This Combined Synopsis/Solicitation is open to full and open competition under NAICS code 335313, focusing on Switchgear and Switchboard Apparatus, and requires compliance with specific submission guidelines and technical documentation. The project emphasizes the importance of using eco-friendly materials and adhering to safety protocols, with a contract expected to be awarded based on price and technical acceptability criteria. Interested vendors should submit their quotes electronically and ensure they are registered in the System for Award Management (SAM) by the specified deadlines. For further inquiries, contact SSgt Frederick Chartrand at frederick.chartrand@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procurement and construction requirements for a new tie-switch between the Main Switch Station (MSS) 1 and MSS2 at Peterson Space Force Base, Colorado. It specifies that the contractor must adhere to Green Procurement standards, ensuring the use of eco-friendly materials and coordination with Base Civil Engineering for delivery and staging of equipment. The purpose of the contract includes purchasing civil and electrical materials, with detailed lists provided for each category. Access to the work area requires proper authorization and submission of visitor requests 15 business days prior to the start date. Safety protocols must comply with OSHA standards, and contractors must exercise care to protect government property, being liable for any damage incurred. The project mandates the submission of equipment specifications prior to orders, along with a warranty letter outlining a minimum 12-month warranty period for all equipment. This document serves as a structured overview of the tasks, materials, and regulatory expectations for contractors engaged in this specific project, emphasizing operational efficiency, safety, and environmental responsibility.
    The document appears to contain information regarding federal government RFPs, federal grants, and state and local RFPs, although specific content is inaccessible. RFPs (Requests for Proposals) and grants facilitate funding and collaborative opportunities for various projects at different levels of government. They typically detail requirements, objectives, and criteria for organizations seeking financial assistance or partnerships. Key elements often include eligibility criteria, funding limits, submission deadlines, and performance expectations. The context emphasizes the importance of these documents in driving public-sector initiatives aimed at addressing community needs, infrastructure development, research advancements, and social services. The overall aim is to enhance government efficiency, provide transparency, and promote accountability in the allocation of public funds. However, without the actual content of the file, a thorough analysis of specific proposals or grants cannot be accurately conducted.
    The document outlines the special contract requirements and clauses applicable to federal acquisitions, focusing on enhancing compliance with legal and regulatory frameworks. It includes clauses from both the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS), covering various topics such as gratuities, telecommunications service prohibitions, contracting ethics, and labor standards. Noteworthy clauses incorporate stipulations regarding the prohibition of certain telecommunications, requirements for small businesses, compliance with whistleblower rights, and unique item identification for deliverables. Additionally, it details the representation and certification processes required for offerors, ensuring adherence to specifications regarding business operations, tax liabilities, and criminal convictions. The primary aim of this document is to ensure that contracts involving commercial products and services align with statutory obligations and provide transparency and accountability in government contracting practices, especially in the context of federal grants, RFPs, and state/local procurement processes. It emphasizes the necessity for contractors to understand and integrate these requirements to foster a fair and competitive bidding environment while supporting small business participation.
    The Department of the Air Force, United States Space Force, has issued a Combined Synopsis/Solicitation (FA251724Q0123) for the procurement of various S&C Electric brand and generic electrical equipment to be delivered to Peterson Space Force Base, CO. The solicitation invites quotes under full and open competition, categorized under the NAICS code 335313 for Switchgear and Switchboard Apparatus. Interested vendors must comply with specific requirements outlined in the solicitation, including submission deadlines and technical documentation verification. The contract will be awarded based on a Firm-Fixed Price purchase order, with evaluation criteria centering on price and technical acceptability. Vendors are responsible for ensuring their submissions contain valid pricing, warranties, and fulfillment details, including offloading equipment upon delivery. Quotes must be submitted electronically and adhere to the submission length limit. The document emphasizes the importance of meeting deadlines and the necessity for all vendors to be registered in the System for Award Management (SAM). The evaluated award will prioritize the lowest acceptable bid, assessing both price reasonableness and technical compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as installing monitoring systems connected to the base's Energy Management Control System (EMCS). This project is crucial for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 23, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.
    820 RHS Circuit Sectionalizers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of five electrical sectionalizers under solicitation number F3GHBA4208AW02. The contract, anticipated to be a Firm Fixed Price (FFP), requires delivery to Nellis Air Force Base in Nevada within 90 days after receipt of order, emphasizing the need for compliance with specific technical specifications and quality assurance standards. These sectionalizers are critical components for electrical systems, ensuring safe and efficient operation within military facilities, and must meet the detailed requirements outlined in the associated documents. Interested vendors must submit their electronic quotes by September 23, 2024, including all necessary specifications and registration details in the System for Award Management (SAM), to Amber Rivera at amber.rivera.2@us.af.mil.
    59--SWITCH ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the SWITCH ASSEMBLY, identified by NSN 5930017216671. This solicitation is a Total Small Business Set-Aside, aimed at sourcing electrical and electronic equipment components, specifically within the Switchgear and Switchboard Apparatus Manufacturing industry. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    59--SWITCH ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a SWITCH ASSEMBLY, specifically NSN 5930017216661, with a requirement for five units to be delivered to DLA Distribution. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 335313, which pertains to Switchgear and Switchboard Apparatus Manufacturing. The selected vendor will be responsible for providing the specified assembly, which is crucial for electrical and electronic equipment components. Interested parties must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and quotes must be submitted within the specified timeframe to be considered.
    59--SWITCH ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the SWITCH ASSEMBLY, identified by NSN 5930017216650. This solicitation is a Total Small Business Set-Aside, aimed at sourcing electrical and electronic equipment components, specifically within the switchgear and switchboard apparatus manufacturing industry. The successful vendor will be responsible for delivering the specified quantity to DLA Distribution within 154 days after order placement. Interested parties must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    59--SWITCH ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a SWITCH ASSEMBLY, specifically NSN 5930016107174. The requirement includes a quantity of one unit to be delivered to the 0215 CS BN CO A DISTRIBUTION within five days after the order is placed. This procurement is crucial for maintaining operational readiness and ensuring the functionality of electrical and electronic equipment components. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    FY24 Viper Switches
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision and installation of VIPER Air Brake Switches at Patriots Landing, Scott Air Force Base in Illinois. The project requires the contractor to supply and install either a Turner TS2 or SEECO 34KV Air Brake Switch, which will enable a manual transfer to a secondary commercial power feed in case of primary feed failure. This installation is crucial for maintaining the reliability of power distribution in military housing, ensuring operational resilience and safety. Interested contractors should direct inquiries to Grace Scholz or Keely Webb, with proposals due by September 23, 2024, following the submission of questions by September 20, 2024.
    Modify Electrical and Structure for Target Retrieval System B1145 -
    Active
    Dept Of Defense
    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.
    59--SWITCH ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a SWITCH ASSEMBLY, specifically NSN 5930014924597. The requirement includes a quantity of 9 units to be delivered to DLA Distribution within 47 days after order (ADO), and the item is subject to source control, with an approved source identified as 81590 23748-001. This procurement is critical for maintaining operational readiness and ensuring the reliability of electrical and electronic equipment components. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    59--SWITCH ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 27 units of SWITCH ASSEMBLY, identified by NSN 5930013042184. The solicitation is a Request for Quotation (RFQ) and is aimed at acquiring mechanical power transmission equipment, which is critical for various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for delivery is set for 168 days after the award. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.