Niagara Falls ARS Electrical, Distro, & Grounding
ID: W50S8H-24-Q-A090Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NYANG 107NIAGARA FALLS, NY, 14304-6601, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSPECTION- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (H359)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide electrical distribution and grounding services at the Niagara Falls Air Reserve Station (NFARS) in New York. The procurement involves a combined synopsis/solicitation for annual inspection, testing, and minor maintenance of seven Lightning Protection Systems and the electrical distribution system, ensuring compliance with Air Force and commercial standards. This opportunity is critical for maintaining operational readiness and safety at the facility, with the contract period set from September 29, 2024, to September 28, 2025, and an option for an additional year. Interested parties must submit their quotes in response to solicitation number W50S8H-24-Q-A090, and are encouraged to attend a site visit scheduled for September 23, 2024, with inquiries directed to Jennifer DeWispelaere at jennifer.dewispelaere@us.af.mil or Philip J Rott at philip.rott@us.af.mil.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the inspection, testing, and minor maintenance of the electrical distribution and grounding systems at the Niagara Falls Air Reserve Station. The primary objective is to ensure the safety, reliability, and compliance of the Lightning Protection Systems (LPS) and electrical distribution network following Air Force and commercial standards. Key tasks include conducting annual inspections and tests on various electrical components, submitting designs for LPS where not present, and coordinating closely with the Base Civil Engineer for scheduling. The contractor must employ qualified personnel with relevant certifications, provide necessary tools and equipment, and maintain up-to-date records of testing and maintenance activities. The PWS stipulates detailed procedures for inspections which cover both mechanical and electrical aspects, as well as requirements for documentation, safety protocols, and compliance with environmental regulations. Quality assurance measures are in place, with evaluations by government representatives to ensure adherence to the defined standards. This comprehensive approach highlights the commitment of the Air Force to operational readiness and safety, while adhering to both federal and local regulations within the framework of government RFPs and grants.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, crucial for federal contracting and compliance. It specifies minimum wage rates for various occupations based on Executive Orders, with adjustments for contracts awarded or renewed after January 30, 2022. For these contracts, the mandated wage is at least $17.20 per hour unless higher rates apply. The document lists specific wage rates for numerous job classifications within Administrative, Automotive, Food Preparation, Health, and Technical fields, among others, particularly in New York's Erie and Niagara counties. Additionally, it details fringe benefits and obligations under Executive Orders, including paid sick leave, health and welfare provisions, vacation time, and holiday benefits. Another significant aspect is the procedure for classifying any unlisted job roles and determining additional wage rates through conformance requests to ensure compliance with SCA requirements. Overall, this document serves as a comprehensive guide for contractors, ensuring they understand wage obligations, benefit provisions, and regulatory requirements for employees working on federal contracts, thus emphasizing the government's commitment to fair labor practices.
    The document outlines the Request for Proposal (RFP) W50S8H-24-Q-A090 for the Niagara Falls Agricultural Research Station (ARS), focusing on electrical distribution and grounding services. It includes numerous clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), which govern contract terms and stipulations for contractors. Key excerpts include requirements for contractor identity verification, obligations related to preventing child labor, adherence to anti-terrorism training, and safeguarding covered defense information. Significant clauses emphasize promoting small business participation, including set-asides for various types of small businesses, and address compliance with environmental standards. The document also mandates that contractors disclose certain corporate affiliations and ownership structures while delineating restrictions on contracting with entities linked to foreign operations or technologies deemed sensitive by the U.S. government. This RFP reinforces compliance with federal policies, focusing on transparency, ethical business practices, and the promotion of diverse business participation within federal contracting processes, underlining the importance of regulatory adherence in government procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Sustain Overhead Electrical DMAFB
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking bids for the sustainment and replacement of overhead electrical systems at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the repair and replacement of utility poles, cross arms, and air break switches, with a focus on enhancing the reliability and capacity of the electrical distribution system. This procurement is critical for maintaining operational efficiency and safety at the base, ensuring that electrical infrastructure meets military standards. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their Expression of Interest by August 14, 2024, with a site visit scheduled for September 4, 2024, and proposals due by September 19, 2024. For further inquiries, contact Michael Ginyard at michael.ginyard@us.af.mil or Joshua Drawdy at joshua.drawdy.2@us.af.mil. The estimated contract value ranges from $500,000 to $750,000, with a project duration of approximately 287 days.
    ITW GSE Ground Power Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking quotes from qualified vendors for the procurement of ITW GSE Ground Power Units under solicitation number FA930224Q0101. The requirement includes a solid-state ground power unit capable of providing up to 600 Amps of 28VDC, along with a towable trailer and associated input cables, all of which must meet specific electrical and safety standards for use at Edwards Air Force Base. This procurement is crucial for ensuring operational efficiency and compliance with aircraft servicing requirements, emphasizing the need for a reliable and compact solution. Interested parties, particularly Women-Owned Small Businesses, must submit their quotes by September 20, 2024, at 11:00 AM PST, via email to Kimberly Murray at kimberly.murray.4@us.af.mil, with no late submissions accepted.
    Lightning System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for the maintenance of the Thor Guard Lightning Prediction and Warning System (TG360) at Fort Walker, Virginia. The contractor will be responsible for providing on-demand repairs, routine preventive maintenance, and periodic updates to the system's software, firmware, and operating systems to ensure its optimal functionality and reliability. This system is critical for predicting and warning against lightning strikes, thereby enhancing safety protocols at the installation. Interested parties may express their capabilities within seven days of this notice, with all inquiries directed to Rebecca Langham or Deidra Hicks via their provided email addresses. The contract will be awarded as a firm fixed price, with the NAICS code 811210 and a size standard of $34 million.
    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.
    Hangar 46 Battery Shop Electrical Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified small businesses to provide a Firm Fixed Price contract for the electrical upgrade of the Hangar 46 Battery Shop. The project aims to enhance the electrical systems to support the increased demands of charging aircraft batteries for the KC-46, C-5, and C-17 models, specifically by replacing existing 20A circuits with 30A circuits and ensuring compliance with relevant electrical codes. This upgrade is critical for maintaining operational readiness and efficiency in aircraft battery maintenance. Interested vendors must submit their quotes by 20 September 2024, at 9:00 AM PST, and can direct inquiries to Juliet Diggs at juliet.diggs.1@us.af.mil or Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
    PSXE242028 - Repair MSG & Facilities Electrical System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of the MSG & Facilities Electrical System at the McGhee Tyson Air National Guard Base in Louisville, Tennessee. The project involves upgrading and repairing electrical systems primarily supporting the 10 PAA KC-135R Air Refueling Wing, with a total estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for small businesses, emphasizing the importance of compliance with federal acquisition regulations and submission protocols. Interested contractors must submit their bids by September 23, 2024, and are encouraged to contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil for further inquiries.
    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.
    Broken Bow DC Distribution Panelboards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking proposals for the procurement of Broken Bow DC Distribution Panelboards. This opportunity is set aside for small businesses and aims to fulfill the requirements for switchgear and switchboard apparatus manufacturing, which are critical for electrical distribution and power management in military operations. The solicitation has been amended to extend the closing date to October 11, 2024, and interested parties can reach out to Leann Thornton at leann.r.thornton@usace.army.mil or by phone at 580-581-4159 for further information.