SXHT 12-1092 Repair Emergency Power SFS B1319
ID: FA252125B0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 3:30 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the project titled "SXHT 12-1092 Repair Emergency Power SFS B1319" at Patrick Space Force Base in Florida. This project aims to enhance the electrical load capacity at Facility 1319 by installing new electrical components, including an 800A automatic transfer switch, while ensuring minimal disruption to ongoing operations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a magnitude between $500,000 and $1 million, and the performance period is scheduled for 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 18, 2025, and can direct inquiries to 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulkner_russell@spaceforce.mil.

Point(s) of Contact
2d Lt. Charles Cowart
charles.cowart.4@spaceforce.mil
Eugenia A. Faulkner Russell
eugenia.faulkner_russell@spaceforce.mil
Files
Title
Posted
Mar 3, 2025, 9:05 PM UTC
The pre-solicitation notice FA252125B0004 outlines a construction project at Patrick Space Force Base, Florida, focusing on upgrading the electrical systems at Facility 1319. The project includes increasing the facility's electrical load capacity, replacing the existing automatic transfer switch (ATS), and installing new electrical circuits to ensure backup during outages. The work is estimated to cost between $500,000 and $1,000,000 and has a performance period of 180 days. It is categorized under the North American Industry Classification System (NAICS) code 238210, indicating it is intended for electrical contractors. This notice serves as an announcement rather than a request for proposals, with bids expected to open around March 18, 2025, following an Invitation for Bid (IFB). The project is set aside for service-disabled veteran-owned small businesses, emphasizing the government's commitment to support this demographic in federal contracting. It also clarifies that funding is not currently available, and the government reserves the right to cancel the solicitation at any time. Interested bidders must be registered in the System for Award Management to be eligible for consideration. Overall, this notice provides essential insights into an upcoming federal contracting opportunity, emphasizing compliance with federal regulations and support for veteran-owned businesses.
The document details the "Repair Emergency Power SFS FAC 1319" project at Patrick Space Force Base, focusing on updates to electrical infrastructure and systems. The project, led by the USSF 45th Civil Engineer Squadron, encompasses the installation of new equipment, including an 800A automatic transfer switch and an enclosed circuit breaker. Key steps include decommissioning outdated systems, demolishing existing electrical components, and ensuring minimal disruption to facility operations. It outlines the construction sequence and general notes on electrical installation, emphasizing adherence to safety regulations and environmental protections, including handling hazardous materials. Specific requirements involve careful management of existing utilities and maintaining safety during construction activities. The document also addresses erosion control measures and the need for coordination with government inspectors throughout the project's execution. Overall, the project aims to enhance emergency power capabilities while complying with federal, state, and local regulations, demonstrating the government's commitment to upgrading critical infrastructure at military installations.
The document details a federal project titled "Repair Emergency Power, SFS, B1319" at Patrick Space Force Base. It outlines the scope of work required to enhance the building's electrical system, focusing on providing generator backup for all building loads and installing new electrical components. This includes replacing the existing Automatic Transfer Switch (ATS) and connecting a new power supply to essential facilities while minimizing disruption to ongoing operations. The project includes strict guidelines for safety, submittal procedures, and environmental controls, with a clear hierarchy of responsibilities between the Primary Consultant, Rhodes+Brito Architects, and its sub-consultant, Nelson Engineering Co. The document specifies comprehensive requirements for access, scheduling, material management, hazardous materials handling, and disposal processes, ensuring compliance with various federal safety standards. The overarching goal of this initiative is to ensure operational resilience at the facility while adhering to governmental regulations and maintaining safety protocols. Successful completion will be marked by strict quality control measures and adherence to timelines, addressing logistical challenges and ensuring minimal impact on existing operations.
Mar 19, 2025, 10:06 PM UTC
The document outlines wage determinations for construction projects in Brevard County, Florida, specifically referencing the Cape Canaveral Air Station and Kennedy Space Center. It provides applicable wage rates and fringe benefits for various labor classifications, adhering to the Davis-Bacon Act and Executive Orders 14026 and 13658. Contracts entered into on or after specified dates must comply with minimum wage rates set by these orders, with rates adjusting annually. The classifications listed include various trades such as electricians, plumbers, and construction laborers, each associated with specific hourly rates and fringe benefits. The document details the appeals process for wage determination disputes and emphasizes contractor compliance with federal labor standards and worker protection laws. It is designed to ensure fair wages for workers involved in federal and local construction projects, demonstrating the U.S. government's commitment to regulating labor standards. The information is critical for contractors bidding on projects under this jurisdiction and underscores expectations for worker compensation in compliance with federal regulations.
Mar 28, 2025, 3:06 PM UTC
The document outlines the wage determination for construction projects in Brevard County, Florida, specifically addressing projects at Cape Canaveral Air Station, Patrick Air Force Base, and Kennedy Space Center. It emphasizes compliance with the Davis-Bacon Act and associated Executive Orders, requiring contractors to pay specific minimum wage rates based on contract initiation or renewal dates. For contracts effective from January 30, 2022, the minimum wage is set at $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, a lower rate of $13.30 applies unless otherwise specified. The wage determination lists various classifications and their prevailing wage rates for skilled labor such as electricians, carpenters, and laborers, and includes specific rates for industrial work at related facilities. The document also defines the process for appealing wage determination decisions and provides contact information for further inquiries. Overall, this determination serves as a critical guideline for contractors bidding on federal projects, ensuring compliance with wage laws and providing necessary protections for workers.
Mar 28, 2025, 3:06 PM UTC
The document outlines the procedures for implementing the Green Purchasing Program at Patrick Air Force Base, emphasizing compliance with EPA-designated items in federal procurement actions. It details the steps for completing the Green Purchasing Program Certification Form (GPPC), requiring that the specified EPA products be checked and justified if not purchased. The forms aid in documenting the inclusion of environmentally preferable products, with criteria for exemptions based on performance standards, availability, competition, and pricing. Part 1 of the GPPC focuses on determining recovered materials and necessitates certification regarding the EPA-designated items included in the procurement action. Part 2 ensures that upon delivery, the supplier certifies EPA recycled content compliance. Additionally, there are specific forms for justifying non-compliance with EPA standards, requiring detailed rationale and supporting data, thereby reinforcing the importance of environmental considerations in government acquisitions. The document is integral to maintaining environmental standards within federal procurement processes.
Mar 28, 2025, 3:06 PM UTC
The document outlines procedures and requirements for hazardous material usage by contractors at the 45th Space Wing, U.S. Air Force, including a HAZMAT Usage Worksheet and Spill Notification Form. Contractors must submit a proposed list of hazardous materials to the Contracting Officer (CO), who reviews and forwards it to the Installation Hazardous Materials Program (IHMP) Manager for approval. The contractor prepares a Chemical/Hazardous Material Request/Authorization Form with Safety Data Sheets (SDS) for each material, which the CO subsequently reviews. Upon approval, the contractor is authorized to use these materials during construction. Throughout the contract, contractors are required to provide quarterly purchase reports of the hazardous materials to the CO. The CO then relays this information to the IHMP Manager, who inputs the data into the Enterprise Environmental Safety and Occupational Health Management Information System (EESOH-MIS). At the project's conclusion, the contractor must submit a final report to the CO summarizing any remaining purchases. This process ensures oversight, safety, and compliance with environmental regulations throughout the construction phase. The document serves to establish clear guidelines for HAZMAT tracking and reporting, integral to maintaining safety standards on the base.
Mar 28, 2025, 3:06 PM UTC
The memorandum from the United States Space Force, dated February 3, 2025, addresses the requirement for a project involving the repair of emergency power at facility B1319. The main purpose of the document is to clarify that the project will not involve the use of Class I Ozone Depleting Substances (ODS), in accordance with the Air Force policy. The assessment confirms that neither the contractor is required to utilize such substances nor will they need to deliver any related items or services. For any inquiries, the project manager, Kristine Snow, has provided her contact details. The document reflects compliance with environmental regulations in federal contracting, serving to ensure the project's execution aligns with established ecological standards.
Mar 28, 2025, 3:06 PM UTC
The document is a Question and Answer Form related to the federal government’s Request for Proposal (RFP) for Project Number SXHT 12-1092, which focuses on repairing the emergency power system at location B1319. The form allows contractors to submit questions regarding specific sections of the RFP or technical specifications. Each entry prompts for details about the RFP section, paragraph, and the question being posed, ensuring clarity and relevance to the proposed project. The purpose of this form is to facilitate clear communication and address any uncertainties contractors may have, thus streamlining the proposal process for this repairs project. The document's structure reflects a methodical approach to documenting inquiries and responses, enhancing understanding of project requirements.
Mar 28, 2025, 3:06 PM UTC
The 45 SFS Credential Request Form facilitates installation access for individuals seeking entry to Patrick SFB, Cape Canaveral SFS, or VSFB. It complies with privacy regulations under the Privacy Act of 1974 and requires specific personal information, including the applicant's name, Social Security number, and details regarding citizenship. The form distinguishes between long-term (60 days or more) and short-term (59 days or less) access based on the applicant's status (e.g., government employee, contractor, visitor). Additionally, it includes advisories about potential toxic hazards at CCSFS and mandates compliance with established driving procedures on the installations. Users must acknowledge the risks and driving regulations, including seatbelt usage and restrictions on texting or phone use while driving. Submission protocols for the form are specified for different locations, allowing for hand delivery, fax, or email submission. Ultimately, this form aims to ensure secure access control within military facilities while maintaining safety and regulatory compliance.
Mar 28, 2025, 3:06 PM UTC
This document outlines the requirements for calculating self-performed versus subcontracted work in the context of a federal contract under solicitation FA2521-25-B-0004 for the repair of emergency power at facility B1319. It adheres to FAR 52.219-14, which limits the percentage of work a prime contractor can subcontract. Specifically, no more than 75% of the government contract amount, excluding materials, can be paid to non-SDVOSB (Service-Disabled Veteran-Owned Small Business) subcontractors. The contractor must complete a calculation form when submitting proposals, detailing contract values, material costs, and subcontract values to ensure compliance. The form requires multiple calculations to determine allowable subcontracting levels, including subtotals and percentages which must be 25% or more. A certification statement is required from an authorized representative, affirming the accuracy of the provided information. Overall, the document emphasizes compliance with federal contracting regulations and the importance of maintaining the integrity of subcontracting limits for SDVOSB entities.
Mar 28, 2025, 3:06 PM UTC
The document outlines the Installation Facilities Standards (IFS) for Energy Management & Controls Systems (EMCS) at Space Launch Delta 45, specifically focusing on compliance, cybersecurity, and integration of various control systems. It serves as a supplementary guide, superseding previous standards and emphasizing adherence to Federal Acquisition Regulations. Key sections elaborate on the EMCS automation, control networks, and supervisory data acquisition, detailing required system specifications and integration standards, including the use of Lon-Works communication protocols. Specific guidelines address the implementation of compatible electric, gas, and water meters, emphasizing cybersecurity and performance metrics, ultimately supporting utility monitoring and control systems aligned with Department of Defense requirements. The necessity for licenses remains crucial for government oversight and autonomy in system management. Approval processes for all systems and components involve stringent checks and maintenance of accurate operational standards. Overall, this document reflects the commitment to energy management efficiency and facility operational integrity, crucial for supporting military operations and infrastructure functionality at Patrick Space Force Base.
Mar 28, 2025, 3:06 PM UTC
The document serves as a construction cost estimate breakdown necessary for federal contracting, specifically detailing how contractors should present their pricing proposals. It includes instructions on itemizing material costs, labor expenses, and any other direct costs, emphasizing the importance of providing a detailed, transparent estimate to facilitate thorough evaluation. The contractor must specify descriptions of required materials and work, calculate estimated quantities, and outline labor hours, rates, and total costs for each line item. The instructions also highlight the contractor's obligation to ensure the accuracy of their financial data and to allow examination by the government for validation. Ultimately, the completed form will aggregate various cost components, including materials, labor, overhead, and profit, culminating in a total contract price that adheres to established guidelines. This standardized format is pivotal in government Request for Proposals (RFPs), grants, and local project bids to maintain clarity and accountability in procurement processes.
Mar 28, 2025, 3:06 PM UTC
The solicitation FA252125B0004, issued by Patrick Space Force Base, invites bids for the project titled "SXHT 12-1092 Repair Emergency Power SFS B1319." This project entails enhancing the electrical load capacity at Facility 1319, including installation of a new Automatic Transfer Switch (ATS) to ensure generator backup during outages. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a NAICS code of 238210 and a magnitude between $500,000 and $1 million. The performance period is 180 calendar days from the Notice to Proceed (NTP), expected to be issued within 30 days after award. Importantly, funds are not currently available, and the government may cancel the solicitation without reimbursement for incurred costs. The document underscores the requirement for contractors to comply with Federal Acquisition Regulation (FAR) clauses, including performance and payment bonds. Multiple points of contact are provided for inquiries, ensuring clear communication throughout the bidding process. Overall, this solicitation exemplifies the government's commitment to fostering small business participation while enhancing critical infrastructure.
Mar 28, 2025, 3:06 PM UTC
This document outlines the amendment and modification instructions for a federal solicitation, specifically regarding updates to contract terms and conditions. It details the necessary acknowledgment procedures for contractors to respond to the amendment, including methods of acknowledgment and implications of non-compliance. Key points include the extension of the proposal submission deadline, incorporation of a new Wage Determination, and modifications to existing contract clauses under specific federal regulations. Notable updates include changes to terms regarding procurement and social compliance, reflecting recent legislation affecting employment standards and contracting procedures. The amendment emphasizes the government's right to terminate contracts for convenience or cause, ensuring compliance with various regulations during contract performance. The attachment of updated wage data illustrates the commitment to fair labor practices. Overall, the document serves as a guide for contractors participating in the solicitation process, highlighting critical legal and compliance aspects imperative for contract execution within the federal framework.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
SXHT 23-1030 Repair HVAC B535
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm Fixed-Price Construction Contract to repair the HVAC system at Building 535, located at Patrick Space Force Base in Florida. This project, designated as SXHT 23-1030, involves significant tasks such as the removal and replacement of air handlers, installation of return ducts, and improvements in humidity control, all while adhering to Florida Building Codes and specific Army Air Force regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project value between $1 million and $5 million, contingent upon the availability of appropriated funds. Interested contractors must submit their bids by April 23, 2025, with a mandatory site visit scheduled for March 31, 2025, and can direct inquiries to Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
SXHT 21-1005 Replace Chiller AHU and Fan Coil Unit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of a chiller, air handling units (AHUs), and fan coil units at Patrick Space Force Base in Florida. The project involves providing all necessary labor, equipment, and materials to replace a 60-ton TRANE R-22 chiller with a TRANE R-410A chiller, along with the installation of new cooling towers, pumps, and electrical panels, while ensuring compliance with Florida Building Codes and environmental regulations. This procurement is particularly significant as it aims to modernize HVAC systems at the base, enhancing operational efficiency and safety. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 10, 2025, with a public bid opening on the same date; for further inquiries, they can contact Abigail Lynagh at abigail.lynagh@spaceforce.mil or Jennifer Marrs at jennifer.marrs.3@spaceforce.mil.
Lightning Protection Systems Repair Building 2024 PSFB CO
Buyer not available
The Department of Defense, specifically the U.S. Space Force, is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base in Colorado. Contractors are required to replace wind-damaged air terminal masts and ensure compliance with national and military codes, with a project timeline of 30 days and a necessity for coordination with project managers. This procurement emphasizes the importance of specialized repairs in maintaining military infrastructure and is set aside for small businesses, with a submission deadline for proposals on April 15, 2025, at 12:00 PM MT. Interested parties can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details.
FA252125QB058 Replace Dock Leveler
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of hydraulic and manual dock levelers at Patrick Air Force Base in Florida. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to install one hydraulic dock leveler with a 20,000-pound capacity and one manual dock leveler with a 25,000-pound capacity, adhering to specified safety and engineering standards. This procurement is crucial for maintaining efficient logistics operations at the base, ensuring compliance with safety regulations, and enhancing operational capabilities. Interested small businesses must submit their bids by April 10, 2025, and can direct inquiries to Heather Hanks at heather.hanks.2@spaceforce.mil or Ricardo Diaz at ricardo.diaz.14@spaceforce.mil.
HV Roundabout
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the HV Roundabout project at Dyess Air Force Base in Texas. The contractor will be responsible for providing all necessary labor, equipment, and materials to establish new electrical circuits to switchgear at the roundabout, ensuring compliance with OSHA standards and minimizing disruptions to normal operations. This project is crucial for maintaining the electrical infrastructure at the base and is set aside exclusively for small businesses, with an estimated budget between $100,000 and $250,000. Interested contractors must submit their bids by April 11, 2025, at 2:00 PM CST, and are required to attend a site visit on April 4, 2025; for further inquiries, they can contact Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or Sydney Fontenot at sydney.fontenot@us.af.mil.
FY25 High Voltage Switch Repair
Buyer not available
The Department of Defense, through the 92nd Contracting Squadron at Fairchild Air Force Base, is soliciting quotes for the repair of a Cooper High Voltage Switch as part of the FY25 High Voltage Switch Repair project. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to complete the repairs, which are critical for maintaining electrical infrastructure. This procurement is a total small business set-aside under NAICS code 238210, emphasizing the government's commitment to engaging small businesses in essential maintenance services. Interested vendors must submit their quotes by April 15, 2025, and direct any inquiries to Ryan A Moffett at ryan.moffett@us.af.mil or Brian M Fernandez at brian.fernandez.5@us.af.mil.
138 FW Repair Central and South Base Primary Electrical
Buyer not available
The Department of Defense, through the Army National Guard, is soliciting bids for the South Base Primary Electrical Upgrade project at the Tulsa Air National Guard Base in Oklahoma. This project involves the replacement of the underground electric distribution system serving multiple facilities, with a focus on ensuring compliance with local, state, and federal regulations while enhancing the base's operational capabilities. 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 expected to be available prior to the award. Interested bidders should note the pre-bid conference on April 10, 2025, and the solicitation closing date on May 5, 2025, while all inquiries must be directed to Joshua Kingori or Frank Friedl at 138.FW.MSC@us.af.mil.
FTQW 20-0504 - CHpp Phase C
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FTQW 20-0504 project, which involves upgrading and modifying the low voltage electrical and lighting systems at the Central Heating and Power Plant (CHPP) located at Eielson Air Force Base, Alaska. The project aims to replace outdated electrical panels, associated transformers, and lighting fixtures to enhance operational efficiency and safety. This initiative is crucial for maintaining the infrastructure of military facilities, ensuring compliance with federal and state regulations, and minimizing environmental impact during construction. Interested contractors must submit their electronic bids by April 9, 2025, and are encouraged to attend a site visit on March 19, 2025. For further inquiries, contact Christopher Blackburn or Ryan O. Smith at 354CONS.PKA.MonitorConstruction@us.af.mil or by phone at 907-377-7343 and 907-377-7348, respectively. The estimated contract value ranges between $1 million and $5 million.
KAFB - Repair Substation 21
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the repair of Substation 21 at Kirtland Air Force Base in New Mexico. The project entails the removal and reconstruction of power lines and wooden poles along a perimeter fence, with a focus on enhancing safety and reliability in power distribution to the access road. This initiative is critical for maintaining operational functionality and accessibility, as it involves the installation of 34 wooden poles over approximately 0.8 miles, addressing safety concerns related to erosion and instability of existing structures. Interested contractors must comply with the requirements outlined in the solicitation, which is anticipated to be released around April 9, 2025, with a contract value estimated between $1 million and $5 million. For further inquiries, potential offerors can contact SrA Edward Shults at edward.shults@us.af.mil or Mr. Zachary Laurenz at zachary.laurenz.1@us.af.mil.
Jack Generator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of a Readiness Jack Generator to be utilized at Hurlburt Field, Florida. The generator must meet specific technical requirements, including a standard 200A Class L receptacle and a weight of 2,500 lbs, with a rated power of 60kW, ensuring it is suitable for kitchen operations in readiness scenarios. This procurement is crucial for enhancing operational capabilities at the base while adhering to federal, state, and local regulations. Interested vendors must submit their written offers by April 9, 2025, at 2:30 PM CST, and ensure they have an active SAM registration at the time of submission. For further inquiries, contact Benton Medcalf at benton.medcalf@us.af.mil or Patrick O. Eldridge at patrick.eldridge.1@us.af.mil.