NDI Lab Pen Line B1510
ID: FA480325B0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (N061)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 25, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the NDI Lab Pen Line B1510 project at Shaw Air Force Base in South Carolina. The project entails the removal of existing wiring and the installation of new, code-compliant wiring to support new equipment, as detailed in the attached Statement of Work. This procurement is crucial for upgrading the electrical infrastructure to meet operational needs while ensuring compliance with safety standards. Interested small businesses must submit their bids by May 6, 2025, at 11:00 AM EST, with the bid opening occurring the same day at 2:00 PM EST. For further inquiries, potential bidders can contact Tariq Ellis at tariq.ellis@us.af.mil or SrA Margret Ogbuozobe at margret.ogbuozobe@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 2:05 PM UTC
The Statement of Work (SOW) outlines the requirements for electrical wiring removal and installation associated with the VLSB 25-2502 project at Shaw Air Force Base, scheduled for completion by February 2025. The main tasks include replacing circuit breakers, demolishing existing wiring, and installing new wiring adhering to electrical codes. Contractors are required to maintain operational safety, protect existing facilities, and ensure a professional appearance post-demolition. A one-year warranty for workmanship is mandated, and contractors must provide all necessary management, tools, and permits. A pre-construction meeting will clarify project requirements. Debris disposal regulations are strict, requiring prompt and enclosed removal to minimize disruption. Daily reports, including dump receipts, must be submitted timely. This document is crucial in governing the execution of construction tasks, ensuring compliance with various codes and standards while promoting environmental and operational safety at the military installation.
The Statement of Work for the NDI Lab / Pen Line B1510 project outlines the requirements for electrical system upgrades at Shaw Air Force Base. The project involves the removal of existing wiring and the installation of new wiring to accommodate new equipment while complying with relevant codes. Key tasks include replacing circuit breakers, installing sub-panels, and running new wiring for dryer and inspection equipment. The contractor is responsible for protecting existing facilities during installation and must clean the work area before returning it to the government. Compliance with regulations like the National Electrical Code and others is mandatory. A pre-construction meeting will ensure coordination between the contractor and government representatives. Daily reports and documentation, including electronic dump receipts, are also required. This project reflects the government's initiative to enhance facility infrastructure while maintaining safety standards.
Apr 25, 2025, 8:05 PM UTC
The memorandum from the 20th Fighter Wing at Shaw Air Force Base outlines a request for proposals (RFP) concerning the VLSB 25-2502 NDI Lab Pen Line project. It includes attachments such as a Statement of Objectives, Bid Schedule, and Liquidated Damages calculations. The contract, spanning 14 days, does not require an Environmental Analysis or a Green Procurement Program Determination, as the project does not involve energy conservation or environmentally sensitive materials. Statutory cost limitations do not apply. The contractor is responsible for managing the assigned work area and ensuring timely completion, with no anticipated government delays. Austin Baker is designated as the primary point of contact for further inquiries. This RFP seeks to acquire services for building an interior wall and installing a door, emphasizing the adherence to the contract documents, particularly the Statement of Work. This project reflects the department's operational needs and compliance with federal procurement regulations.
Apr 25, 2025, 8:05 PM UTC
The government file appears to encompass various federal and state/local Request for Proposals (RFPs) and grant opportunities, intended for potential applicants looking to secure funding or contracts. The primary focus revolves around identifying specific federal initiatives that aim to support projects aligned with governmental objectives. Key details include potential areas of funding, eligibility criteria, application procedures, and deadlines for submission, which are crucial for applicants to make informed decisions before engaging in proposal writing. The structure likely includes sections detailing specific RFPs or grant solicitations, along with related deadlines and particular qualifications required for applicants. The importance of compliance with federal and local regulations is emphasized, as applicants must adhere to diverse guidelines when submitting their proposals. Overall, the document serves as a vital resource for organizations aiming to obtain government funding, presenting an overview of funding opportunities while ensuring clarity on application processes and regulatory compliance expectations.
Apr 25, 2025, 8:05 PM UTC
The document pertains to the Department of the Air Force's 20th Fighter Wing at Shaw Air Force Base, focusing on the process for granting access to the base via a Criminal Background History Check. It outlines the responsibilities of the sponsor who submits an access request for individuals listed on a form that collects personal information, including full legal names, dates of birth, social security numbers, driver's licenses, citizenship status, and confirmation of the individual's access requirements. The sponsor must ensure that the individuals retrieve or deactivate their passes in the Defense Biometric Identification System (DBIDS) when no longer needing access. This form must be submitted via government email to designated contacts within the security forces. The confidentiality of the information collected is protected under the Privacy Act of 1974 and emphasizes accountability for misuse of access privileges, which could lead to legal consequences. The document underscores the importance of secure management of access to military installations.
This document from the 20th Fighter Wing at Shaw Air Force Base outlines the procedure for submitting requests for background checks for contractors or employees needing access to the base. It specifies that the request must be submitted by a government email address and includes essential information such as the full name, date of birth, social security number, and reason for access, among other details. The form requires the sponsor to justify the need for access and provides contact information for accountability. Emphasizing the importance of securing access, the memorandum highlights responsibilities related to the management of access passes, stressing compliance with the Privacy Act of 1974. Furthermore, it cautions against the abuse of access privileges, which could result in consequential actions. This procedural document is integral in maintaining security protocols within the Air Force base while allowing necessary operational access for contractors or personnel.
The 20th Fighter Wing at Shaw Air Force Base has issued a memorandum for contractor personnel regarding security protocols for accessing the base during construction and contract work. Key points include the necessity of obtaining base entry passes, which require a successful criminal background check for all contractor employees. Pass applications must be submitted seven to ten days before work begins and include specific personal information. Contractors are strictly prohibited from transporting weapons onto the base and filming without permission. Additionally, for work in restricted areas, escorts from authorized personnel are required. The memorandum outlines vehicle entry procedures, safety regulations, and the enforcement of security measures, including vehicle inspections. It emphasizes the contractors' responsibilities to inform relevant authorities of security breaches and adhere to safety measures while on the base. Compliance with these protocols is crucial for maintaining the security and safety of both personnel and operations at Shaw Air Force Base.
Apr 25, 2025, 8:05 PM UTC
The document discusses the requirements and implications of the REAL ID Act, particularly for access at Shaw Air Force Base. All states and territories are currently compliant with REAL ID or granted extensions until May 7, 2025. Acceptable forms of identification include federally-issued IDs like U.S. Passports, Military IDs, and Permanent Resident Cards, alongside state-issued licenses that meet REAL ID standards. Notably, certain IDs with limitations on federal identification are not accepted alone for access. The document includes a comprehensive list of alternate acceptable forms of identification, underscoring the importance of compliance and proper identification for federal purposes. It serves as a critical resource for individuals needing clarification on identification requirements under the REAL ID Act, particularly in relation to federal facilities and services.
Apr 17, 2025, 4:07 PM UTC
The file FA480325B0010 pertains to the NDI Lab Pen Line and includes a series of unanswered questions meant to clarify the requirements or expectations for an associated Request for Proposal (RFP). While the document doesn’t provide explicit answers or detailed content, it underscores the importance of addressing queries that stakeholders may have concerning the RFP process. The lack of supplied questions suggests that the agency values stakeholder input and aims to ensure transparency and clarity in the bidding process. This approach is essential for securing competitive proposals and enhancing engagement from potential contractors. The document reflects standard practices in government procurement, where clear communication and responsiveness to clarifying questions are fundamental for successful project outcomes.
The document FA480325B0010 pertains to the NDI Lab Pen Line project, specifically addressing questions and responses concerning project specifications and timelines. Key topics include the electrical panel specifications, confirmation of equipment power phases, anticipated project timelines, and submission requirements for bid documents. In response to inquiries, it was clarified that while a contractor suggested a 200-amp panel based on site discussions, the main electrical system will instead be upgraded with a 150-amp breaker, which suffices for the project's needs. The document also specifies that all required equipment operates on single-phase power and outlines specific requirements for air, electrical, water, and drainage systems necessary for the project. The anticipated award date for the project is set for May 19, 2025, with a Notice to Proceed issued post-Pre-Construction Conference shortly after contract execution. Additionally, requirements regarding the L-3 Responsibility stipulation indicate that such documentation is needed only upon an apparent low bid. Overall, the document serves to clarify technical specifications and timelines for potential bidders, maintaining compliance with federal RFP processes while facilitating project planning.
Apr 10, 2025, 6:06 PM UTC
The document is an official solicitation for a construction project (FA480325B0010) at Shaw Air Force Base, SC, titled "NDI Lab / PEN Line B1510." It outlines a requirement for the contractor to remove existing wiring and install new, code-compliant wiring for new equipment within a performance period of 14 calendar days after receiving a Notice to Proceed. This solicitation is set aside for small businesses under NAICS code 238210, with a budget magnitude of less than $25,000. A mandatory site visit is scheduled for April 16, 2025, with a deadline for bids set for April 24, 2025. All proposal submissions must adhere strictly to the outlined requirements, which include performance bonds and guarantees as necessary. The document also details sections on inspection, acceptance criteria, contract clauses, and delivery schedules. Notably, it emphasizes the importance of adhering to federal regulations applicable to contracting, including clauses regarding the utilization of small businesses and compliance with labor standards. Overall, this solicitation serves to engage small businesses in federal contracting, ensuring compliance while fulfilling specific government needs.
Apr 14, 2025, 2:05 PM UTC
The document outlines a federal government solicitation for the NDI Lab / PEN Line project at Shaw Air Force Base, focusing on the removal and installation of electrical wiring to meet compliance standards. Issued as a sealed bid solicitation, it requires small business participation, specifically under NAICS 238210, with an estimated project cost of less than $25,000. Key dates include a site visit on April 16, 2025, and a due date for bids by April 24, 2025. The contractor must commence work within 10 calendar days of receiving the notice to proceed and complete it within 14 days. Various solicitation requirements, including performance bonds and guarantees, are outlined, along with provisions for amendments and inquiries. Moreover, the document includes specific clauses referencing compliance with federal regulations and assurance of quality in construction work, emphasizing the contractor's obligations to achieve code compliance and maintain effective communication with government representatives throughout the project. This solicitation serves as a structured approach for government procurement aimed at enhancing infrastructure while promoting small business involvement.
This document serves as an amendment to a solicitation, providing updated instructions and modifications for bidders regarding a government contract. Key changes include the introduction of a revised Statement of Work, a new template for handling questions post-site visit, and the requirement for bids to be mailed. The deadlines for submitting questions and bids have been extended, with the new bid opening scheduled for April 28, 2025, and procedures outlined for in-person and electronic participation. Additional modifications address administrative errors and clarify bid submission processes. Bidders must adhere to criteria for demonstrating financial health, project management plans, and past performance, ensuring all conditions are met for award eligibility. The focus is on maintaining clear communication and compliance with the revised terms to ensure an effective bidding process for this government contract opportunity. All previous terms and conditions remain in effect unless amended by this document.
Apr 23, 2025, 3:06 PM UTC
This government document outlines a solicitation for a construction project titled "NDI Lab / PEN Line B1510" at Shaw Air Force Base, SC. The project is exclusively set aside for small businesses under NAICS code 238210, with a total estimated value of less than $25,000. Key details include the requirement for the contractor to remove existing wiring and install new wiring compliant with standards. The contractor must begin work within ten calendar days following the award notice, completing it in a total of 14 calendar days. The solicitation stipulates necessary performance and payment bonds, and bids must be submitted by May 2, 2025. Additionally, all inquiries regarding the solicitation must be directed to the specified contacts, with a site visit already conducted on April 16, 2025, for potential bidders to assess conditions. The document provides comprehensive terms and conditions in line with federal and state guidelines, ensuring compliance with various legal and administrative requirements applicable to government contracts. The overall intent is to secure qualified small business contractors to perform essential construction activities while adhering to regulatory frameworks.
Apr 23, 2025, 3:06 PM UTC
This document is an amendment to a solicitation related to a government contract, specifically regarding a small business set-aside acquisition. It updates various administrative elements such as bid submission deadlines, inspection and acceptance locations, and modifications to the contract terms. The bid submission deadline has been extended to 2:00 PM EST on May 2, 2025, with the bid opening scheduled for May 7, 2025. Changes include the addition of a Questions and Answers attachment, updates to the inspection and acceptance locations from DoDAAC FA4803 to F3U226, and a rephrasing of the evaluation factors for award. The document also specifies that bids must be submitted electronically to designated contacts by the newly established deadline. Key points of contact for further inquiries have been outlined, ensuring clear communication channels for potential bidders. Overall, the amendment seeks to facilitate a smoother bidding process while ensuring compliance with federal regulations. This document underscores the government's continuing effort to engage with small businesses in fulfilling contracting requirements while ensuring clarity and transparency in the solicitation process.
Apr 25, 2025, 8:05 PM UTC
The document pertains to a federal government solicitation for a construction project titled "NDI Lab / PEN Line" at Shaw Air Force Base, SC. The request is primarily directed to small businesses within the NAICS code 238210. The project involves the removal of existing wiring and the installation of new code-compliant wiring for specific equipment, with a total estimated cost of less than $25,000. The performance period is not to exceed 14 calendar days following the issuance of a Notice to Proceed. A site visit is scheduled for 16 April 2025, and bids must be submitted by 02 May 2025. The document outlines submission requirements, including original sealed offers, performance bonds, and clarifications on bid guarantees. Additionally, it emphasizes compliance with various federal contract clauses, illustrating various conditions and regulations that govern the bidding process, performance, and payment for small businesses. The solicitation reflects the government's commitment to engaging small businesses in federal procurements while ensuring adherence to regulations that facilitate fair competition and transparency in government contracting.
Apr 25, 2025, 8:05 PM UTC
The document outlines an amendment to a solicitation, specifically extending the bid submission deadline and rescheduling the bid opening. The previous bid due date of May 2, 2025, has been moved to May 6, 2025, at 11:00 AM EST, while the bid opening now coincides with the new submission deadline, commencing the same day at 2:00 PM EST. The amendment emphasizes the importance of acknowledging receipt of this change in a timely manner to avoid potential rejection of offers, as failure to do so may impact the acceptance of bids. The document maintains that all other terms and conditions of the original solicitation remain in effect. This amendment serves to ensure clarity and compliance in the bidding process for contractors, reflecting standard procedures in federal solicitations and contracts.
Apr 14, 2025, 2:05 PM UTC
This document serves as an amendment to a government solicitation related to a specific contract. It outlines important instructions for bidders on acknowledging receipt of the amendment, stating that acknowledgment must occur before the specified deadline to avoid bid rejection. Key updates include modifications to Section L, detailing requirements for bid submissions, which must include an electronic copy of the Standard Form 1442, Bid Schedule, and detailed responsibility evaluation factors. The amendment clarifies that bids will be evaluated without discussions and emphasizes that exceptions to solicitation requirements may lead to rejection. Additionally, it highlights the submission process for bids, explicitly stating that electronic submissions are preferred. Responsibility requirements for bidders consist of demonstrating financial capability, project management plans, satisfactory past performance, integrity, necessary experience, and essential resources. The document underscores the importance of compliance with bid conditions to ensure responsiveness and eligibility for award, reflecting typical government procurement processes.
Lifecycle
Title
Type
NDI Lab Pen Line B1510
Currently viewing
Solicitation
Similar Opportunities
Repair Valves/Hydrants Base Wide
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair of Valves and Hydrants Base Wide project at Shaw Air Force Base in South Carolina. The project involves upgrading twenty-nine fire hydrants, including the removal of old hydrants, installation of new models with isolation valves, and compliance with fire safety codes, all within a timeline of 111 calendar days post-notice to proceed. This initiative is crucial for maintaining fire safety infrastructure and ensuring operational readiness at the base. Interested small businesses must submit their bids by May 12, 2025, at 2:00 PM EST, and can direct inquiries to SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822.
VLSB 26-0011 Building 825 Chiller and Boiler Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project aims to replace existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the replacement equipment being provided as government-furnished. This repair is critical for maintaining operational efficiency and ensuring the proper functioning of climate control systems within the facility. Interested contractors must submit their bids by May 14, 2025, with a project magnitude estimated between $250,000 and $500,000, and are encouraged to contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further inquiries.
B1998, 1999 & 2002 Furniture Installation Service
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for furniture installation services at Shaw Air Force Base, focusing on Buildings 1998, 1999, and 2002. The project entails the removal of existing furniture, installation of new workstations, and adherence to specific configurations and safety regulations, with a priority on completing the installation in Building 2002 first. This procurement is particularly aimed at engaging small businesses, including Women-Owned Small Businesses, to enhance workspace efficiency while complying with federal contracting standards. Interested contractors must submit their quotes by May 5, 2025, and are encouraged to attend a site visit on April 14, 2025, with all inquiries directed to the designated government contacts, Mar Rodriguez and Joseph A. Nemedy.
138 FW Repair Central and South Base Primary Electrical
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the Repair Central and South Base Primary Electrical project at the Tulsa Air National Guard Base in Oklahoma. This project involves the replacement of the underground electric distribution system serving various facilities, with a focus on ensuring compliance with local, state, and federal regulations while modernizing essential infrastructure. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $1 million and $5 million, and funding is anticipated to be available prior to the award. Interested bidders must attend a pre-bid conference on April 10, 2025, and submit their bids by May 5, 2025, with inquiries directed to Joshua Kingori at 138.FW.MSC@us.af.mil or by phone at 918-833-7305.
FA448425R0006 Solicitation for Electrical Systems-Inspections, Testing, Construction, Maintenance and Repairs
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on electrical systems inspections, testing, construction, maintenance, and repairs at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement is specifically set aside for small businesses, with the expectation of awarding a minimum of three contracts over a five-year period, including a base year and four optional extensions, with a total contract value capped at $66 million. The services required encompass a wide range of electrical tasks, including inspection, maintenance, and repair of electrical systems, which are critical for ensuring the operational efficiency and safety of military installations. Interested contractors must submit their proposals by May 19, 2025, and are encouraged to contact Sean A. Burney at sean.burney.1@us.af.mil or Dana Wright at dana.wright.6@us.af.mil for further information.
Repair Well 3 and Well 5 with SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and automation of Well 3 and Well 5 at Shaw Air Force Base, which includes the installation of SCADA (Supervisory Control and Data Acquisition) systems. The project requires the integration of process equipment and control systems, adhering to established guidelines and standards, including those from ANSI, AWWA, NEC, and UPC. This procurement is critical for ensuring efficient water supply management and operational reliability at the base. Interested contractors should note that the estimated contract value is between $500,000 and $1 million, with bids due by May 20, 2025, and a site visit scheduled for April 18, 2025. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381.
Well 3 & Well 5 Repair w/SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Well 3 and Well 5 at Shaw Air Force Base, incorporating SCADA automation systems. The project entails the installation of process equipment, control systems, and remote SCADA access, with a focus on compliance with various industry standards, including ANSI and AWWA. This initiative is crucial for modernizing water supply facilities and ensuring operational efficiency and safety at the base. The estimated contract value ranges from $500,000 to $1,000,000, with proposals due by May 20, 2025, and a site visit scheduled for April 18, 2025. Interested contractors can reach out to Darrel Ford at darrel.ford.3@us.af.mil or Felix Prose at felix.prose@us.af.mil for further inquiries.
Bldg 85 Conex Farm Fiber Installation
Buyer not available
The Department of Defense, specifically the Air Force Test Center, is seeking qualified small businesses to provide fiber installation services at Building 85 Conex Farm, located at Eglin Air Force Base in Florida. The project involves the installation of 12-strand single-mode fiber optic cables and 40 CAT6 cables to enhance communication capabilities within the military infrastructure, adhering to stringent Department of Defense and Air Force standards. Interested contractors must submit their quotes by May 15, 2025, and are encouraged to attend a site visit on May 7, 2025, to better understand the project requirements. For further inquiries, contact Kristina B. Brannon at kristina.brannon.1@us.af.mil.
HV Roundabout
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of high voltage switchgear at the roundabout of Dyess Air Force Base in Texas. The project involves the removal of existing switchgear and the installation of new electrical circuits, requiring contractors to provide all necessary labor, equipment, and materials while adhering to safety and environmental regulations. This procurement is critical for maintaining operational efficiency and safety at the base, with a total small business set-aside to encourage participation from smaller firms. Proposals are due by May 1, 2025, at 2:00 PM, following an optional site visit on April 28, 2025. Interested contractors can reach out to Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or Sydney Fontenot at sydney.fontenot@us.af.mil for further inquiries.
B1118 SAPR Office Wall and Door
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction of a privacy wall and glass door installation for the SAPR Office at Shaw Air Force Base in South Carolina. This project, valued at less than $25,000, is set aside for small businesses under the NAICS code 236220, and requires contractors to provide all necessary management, tools, labor, and materials to complete the work in compliance with various construction codes and standards. Interested contractors must submit sealed bids by May 7, 2025, and are encouraged to attend a site visit scheduled for April 14, 2025, with prior coordination for base access required. For further inquiries, contractors can contact Contract Specialist SSgt Christon Reed at christon.reed@us.af.mil or Contracting Officer Ms. Zelda J. Williams at moore.williams.1@us.af.mil.