Remedy Deficiencies on Electrical Systems
ID: W912PB24R3022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACTAPO, AE, 09114, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)
Timeline
    Description

    The Department of Defense, through the 409th Contracting Command, is soliciting proposals for the remediation of deficiencies in electrical systems at the U.S. Army Garrison (USAG) Bavaria in Ansbach, Germany. The contract involves comprehensive maintenance and repair tasks, including the replacement of approximately 5,000 broken outlets and ensuring compliance with German safety regulations. This initiative is critical for maintaining operational safety and effectiveness within military infrastructure, reflecting the government's commitment to high standards in facility management. Proposals are due by September 13, 2024, with the contract period expected to commence on September 23, 2024, and extend through two option years. Interested parties should contact Sequita Harris at sequita.d.harris.civ@army.mil for further details.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a contract focused on remedying deficiencies in electrical systems at the U.S. Army Garrison (USAG) Ansbach. This non-personal service contract involves the contractor providing all necessary labor, tools, and materials to ensure the full functionality of electrical devices, including outlets and fixtures. The contract is driven by findings of significant electrical deficiencies identified during an inventory. Key tasks include submitting a repair schedule, replacing broken outlets according to German VDE regulations, and notifying the Contracting Officer's Representative (COR) of any additional deficiencies discovered during repairs. The contractor is also required to maintain a Quality Control Plan and ensure compliance with safety and environmental regulations, including submitting various deliverables and reporting requirements. The document emphasizes structured performance monitoring, quality assurance, and safety standards, aligning with U.S. Army protocols and host nation laws. This initiative reflects the government's commitment to maintaining operational safety and effectiveness in military infrastructure, ensuring compliance with both U.S. and German regulations.
    The document comprises a detailed inventory of various buildings and apartments located at the OMA Ansbach mission site, likely associated with the U.S. military or government facilities in Germany. Each entry provides specific apartment numbers, floor levels, and descriptions of features such as kitchens and living rooms, indicating the intended use of spaces in each building. This comprehensive list appears to serve as a resource for internal purposes such as housing assignments, facility management, or planning renovations and updates. With its meticulous structure, the file delineates buildings by their identification numbers, outlining individual units within. This documentation may also aid in budget assessments, grant applications, and Requests for Proposals (RFPs) aimed at improving or maintaining the facilities. Understanding the inventory of spaces is crucial for ensuring appropriate resource allocation and meeting housing needs for personnel stationed there. Overall, this document reflects the government's efforts to manage domestic living and working environments for military or federal employees effectively.
    This document outlines a service request dated September 15, 2024, from a customer named Mr. Customer Katterbach. It details various electrical components required, including different types of outlets (208V and 220V), work lights, switches, advertising displays, and antennas. The inventory includes references to specific repair needs, with a note of a technician named Mr. Contractor. The structured list highlights the necessity for the supply and repair of critical equipment likely for a government facility. This request functionally falls within the context of federal or state RFPs, emphasizing the need for vendors capable of providing and maintaining technical electrical infrastructure essential for operational efficiency. Overall, it reflects the requisition processes within governmental contracts to ensure compliance and continuity of services.
    The document outlines a Work Certificate used for recording maintenance and service tasks performed on equipment, particularly concerning regulatory compliance with German laws. Key components include details such as work order numbers, dates, equipment types, invoices, and descriptions of issues and repairs. It emphasizes parts used, labor hours, total costs, and customer and technician signatures. Specific categories for costs are distinguished, including preventive maintenance, emergency call hours, and regulatory inspections. The format indicates a systematic approach for tracking service and ensuring adherence to safety regulations. The document plays a crucial role in maintaining accurate records for government and local authority accountability in procurement and contract compliance, aligning with standards set in federal RFPs and grants.
    The IRS Form W-14, issued in August 2016, serves as a Certificate of Foreign Contracting Party Receiving Federal Procurement Payments. Its primary purpose is to verify the foreign contracting party's identity and facilitate compliance with U.S. tax obligations under section 5000C. The form requires comprehensive details about the foreign entity, including its name, address, country of incorporation, taxpayer identification number, and information regarding the acquiring agency. There are provisions within the form to claim exemptions based on international agreements or agreements specific to procurement. Sections allow for identifying nonexempt amounts and rationalizing the allocation of contract prices between exempt and nonexempt services or goods, necessitating additional explanations when applicable. The final part of the form includes a certificate where the foreign person or authorized representative must affirm the truthfulness of the information provided, declaring that they are compliant with relevant tax laws and regulations. This form illustrates the government's effort to ensure foreign contractors adhere to U.S. tax regulations in federal procurement processes, highlighting the significance of transparency and accountability in public contracting.
    Form W-14, issued by the Department of the Treasury's Internal Revenue Service, serves as a certificate for foreign contracting parties receiving federal procurement payments under specific tax treaties and agreements. The form requires details such as the foreign contractor's name, country of incorporation (in this case, Germany), addresses, and taxpayer identification numbers. It also demands information about the acquiring agency, exemplified by the 409th Contracting Support Brigade in Germany. The form allows foreign contractors to claim exemptions from U.S. taxes under section 5000C through international agreements or procurement agreements. Contractors must specify their eligibility for relief based on these treaties, detailing taxable and exempt amounts. A certification section confirms the submitted information's accuracy and compliance with IRS regulations. In the context of government RFPs and federal grants, Form W-14 facilitates international financial transactions by clarifying tax obligations and ensuring compliance with U.S. immigration and procurement laws, making it a crucial document for foreign entities engaging in U.S. government contracts.
    The document outlines an amendment to a solicitation related to a federal contract (W912PB24R3022) concerning maintenance and repair of warning systems and electrical outlets. The amendment serves to address industry queries and extends the offer submission deadline from September 4, 2024, to September 10, 2024. Key changes include detailed specifications for the period of performance across the base and option years, with the base year set from September 23, 2024, to September 22, 2025. The document emphasizes that the contractor must hold necessary certifications, including a master craftsman's certificate and comply with environmental standards under DIN EN ISO 14001. It also confirms the requirement for site visits and establishes the responsibilities surrounding maintenance plans and assessment of any changes in scheduled tasks. Overall, the amendment provides clarity on contractor qualifications and compliance expectations while adjusting project timelines, ensuring all parties are adequately informed before final offers are submitted.
    This document is an amendment to a federal solicitation, specifically addressing inquiries from potential offerers regarding a project under contract ID W912PB24R3022. The amendment extends the deadline for receipt of offers and provides answers to questions raised during a site visit. Notably, it clarifies that there is no official priority list for building renovations, though unsafe occupied structures will be prioritized based on accessibility and urgency. Additionally, it addresses concerns about environmental compliance, affirming that while certification in accordance with DIN EN ISO 14001 is not mandatory, contractors must still adhere to the contract's terms and the Performance Work Statement. The main purpose of this amendment is to ensure transparency and keep bidders informed, thereby facilitating a fair bidding process. This reflects the government's effort to maintain standards and compliance in the contracting process while providing clarity to potential bidders.
    The document is an amendment to a federal solicitation, specifically for contract number W912PB24R3022. Its primary purpose is to extend the closing date for offers from September 10, 2024, to September 13, 2024, at 14:00 CET. The amendment acknowledges that, aside from this change, all terms and conditions of the original solicitation remain unchanged. The point of contact for this amendment is Contract Specialist Sequita Harris, who can be reached through provided communication channels. The document specifies that offerors must acknowledge receipt of this amendment and outlines acceptable methods for doing so. This type of amendment is common within federal Requests for Proposals (RFPs), ensuring all prospective bidders are informed of changes that could impact their submissions. Overall, the amendment serves to facilitate the solicitation process while maintaining transparency and compliance with federal procurement regulations.
    The document is an RFP (Request for Proposal) for the United States government's contract involving the repair and replacement of electrical systems. Key components include the solicitation number W912PB24R3022, with proposals due by September 4, 2024, at 2:00 PM. The project aims to remedy deficiencies in electrical systems, including replacing 5,000 broken outlets and completing various repair jobs, with a mix of firm-fixed price (FFP) and time-and-material (T&M) pricing. The scope of work entails significant labor hours for repairs and procurement of necessary repair parts, with a ceiling price established for certain items. The evaluation process will consider technical qualifications, supplier performance risk, and pricing, focusing on the lowest price technically acceptable (LPTA) bids. The contracting officer, Sequita D. Harris, oversees the proposal submissions, and the document emphasizes the necessity for participants to register in the System for Award Management (SAM) for eligibility. Further instructions and clauses are included, covering regulatory compliance, payment systems, and contractor qualifications, underscoring the government’s commitment to adhering to safety standards and local labor laws while seeking competitive bids from small and disadvantaged business concerns.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Appliance Repair Services for US Army Garrisons in Germany
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for appliance repair services at U.S. Army Garrisons in Germany under Solicitation Number W564KV-24-R-0048. The contract aims to provide maintenance and repair services for domestic appliances in Army Family Housing (AFH) and Unaccompanied Personnel Housing (UPH), ensuring that military personnel and their families have access to functional household equipment. This procurement is critical for maintaining the quality of living conditions for service members stationed in Europe, with a focus on compliance with federal regulations and standards. Proposals must be submitted electronically by September 20, 2024, with inquiries directed to Shea Korth at shea.korth2.civ@army.mil or Naziha Djeriouat at naziha.djeriouat.ln@army.mil.
    Maintenance and Repair of Shop Support Equipment
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking maintenance and repair services for U.S. Government owned Shop Support Equipment in Grafenwöhr, DE-BY, DEU. The contract aims to ensure the proper functioning and upkeep of the equipment used in maintenance and repair shop operations. The estimated quantities may vary, and the award will be given to the lowest priced technically acceptable offeror without discussions. Proposals are due by 1700 Local Time, 13 December 2023. For more information, contact Michael Lane at michael.b.lane16.civ@army.mil or 499641705268759.
    DB/DBB IDIQ MATOC - DE/DE/BENELUX
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for a Design Build (DB) and Design Bid-Build (DBB) Multiple Award Task Order Contract (MATOC) valued at $495 million, aimed at supporting various construction projects within U.S. military installations in Germany and Belgium. This opportunity is intended for contractors capable of executing commercial and institutional building construction, which is critical for maintaining and enhancing military infrastructure and operations in the region. Interested parties can reach out to primary contact Christian Solinsky at christian.h.solinsky@usace.army.mil or by phone at +49 611-9744-2281, or secondary contact Andrew Cochran at andrew.a.cochran@usace.army.mil, with a phone number of 04961197442270, for further details regarding the solicitation process.
    Replace Filter System, Ansbach, Germany
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotations for the replacement of a filter system located in Ansbach, Germany. This procurement aims to enhance the water purification and sewage treatment capabilities at the site, which is critical for maintaining operational readiness and environmental compliance. Interested contractors should note the importance of the site visit information detailed in the combined synopsis-solicitation document. For further inquiries, potential bidders can contact Shawna West at shawna.m.west@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil, with the RFQ reference number W912GB24Q0013.
    AC/DC Power Upgrade at 374 CS Sasebo Naval Base Site Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an AC/DC power upgrade project at the 374th Communications Squadron located at Sasebo Naval Base in Japan. The contractor will be responsible for replacing existing rectifiers, inverters, AC/DC breakers, and installing nine power distribution units (PDUs) in Building 1536, ensuring compliance with the Statement of Work (SOW) and local standards. This project is critical for enhancing the electrical infrastructure to support essential operations and maintain reliable power supply for military communications. Interested contractors must acknowledge receipt of the solicitation amendments and submit their proposals by September 18, 2024, to Naotsugu Kono at naotsugu.kono.jp@us.af.mil or Izumi Ito at izumi.ito.jp@us.af.mil.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, through 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 integrating monitoring systems with the base's Energy Management Control System (EMCS). This project is critical 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 17, 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.
    Janitorial services for the U.S. Embassy and Annexes in Berlin, Germany
    Active
    State, Department Of
    The Department of State is seeking proposals for janitorial services at the U.S. Embassy and its annexes in Berlin, Germany. The contract will be structured as a Firm Fixed Price agreement, covering a base year with four optional renewal years, with a total maximum value of $4.5 million. The selected contractor will be responsible for comprehensive cleaning and maintenance services, including the provision of necessary personnel, materials, and adherence to safety protocols, such as background checks for staff. Interested parties must submit their proposals electronically by October 4, 2024, and are encouraged to attend a pre-proposal conference and site visit on September 18 and 19, 2024. For further inquiries, potential offerors can contact Abdelhakim Dyane at dyanea@state.gov.
    Bremerhaven, Germany Tally and Checking
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for stevedoring and related terminal services at the Port of Bremerhaven, Germany, under the solicitation number HTC71124RR008. The contract aims to provide comprehensive tallying and checking services for U.S. Government cargo, ensuring compliance with both U.S. and local regulations, and requires contractors to operate 24/7 while managing multiple operations efficiently. This procurement is crucial for maintaining accountability in military logistics and is expected to span a five-year period from April 1, 2025, to March 31, 2030, with proposals due by 10:00 AM on October 2, 2024. Interested parties should contact Otto D. Roberts or Cassandra A. Range for further information, and the minimum order value is set at $2,500, with a potential maximum contract ceiling of $752,812.50.
    NOTICE OF INTENT TO AWARD UNDER SECURITY GUARDS SERVICES BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a Call Order under an existing Blanket Purchase Agreement for unarmed security guard services at the TACOM TROPHY Site located on Panzer Kaserne in Kaiserslautern, Germany. The procurement requires 24-hour security services, including monitoring of closed-circuit televisions, intrusion detection systems, access control, and walking patrol duties, with all guards needing to possess SECRET and NATO SECRET clearances. This opportunity is significant for maintaining security at military installations, and the contract performance period is set from December 20, 2024, to December 19, 2029, with the solicitation expected to open around October 1, 2024. Interested parties should direct inquiries to Jessica Spencer or Maria Barrow via email, as written communication is emphasized in this process.
    Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the 409th Contracting Support Brigade, is seeking proposals for the Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services, with a contract performance period from April 19, 2025, to October 18, 2030. This procurement aims to provide essential non-personal services to support victims and emergency placements, following the previous contract W564KV-20-C-0004, and will be awarded as a firm fixed-price contract. Interested contractors must register with the System for Award Management (SAM) and submit their proposals within 30 days of the anticipated Request for Proposal (RFP) release on or about October 14, 2024. For further inquiries, interested parties can contact Jessica Spencer at JESSICA.R.SPENCER2.CIV@ARMY.MIL or Carlos Mayorga at CARLOS.A.MAYOGA.CIV@ARMY.MIL.