The objective of this project is to repair a nitrogen leak and replace the Dual Column Dehydrating Breather (DCB) for the Waukesha 69Kv Transformer T2 at Nellis Air Force Base in Nevada. The contractor will be responsible for diagnostics, repair, and testing of the nitrogen systems to meet manufacturer specifications, including a pressure test to ensure no leaks. All necessary labor, materials, and equipment will be provided by the contractor, ensuring that the new DCB is fully operational and compliant with relevant codes and standards. The site is located at Building 721, Nellis AFB, which falls under various applicable codes, including the International Building Code and National Electrical Code. Additionally, the contractor must adhere to OSHA and AFOSH safety standards, maintaining a clean worksite and minimizing material storage on-site. This initiative highlights the commitment to maintaining critical infrastructure in compliance with strict regulations and safety protocols.
The 99th Contracting Squadron at Nellis AFB, NV intends to award a sole source contract to Sonepar Mountain Holdings LLC for Transformer Nitrogen Leak Repair and DCB Replacement, in accordance with FAR 13.106-1(b)(1). This notice indicates that while the contract will not be open for competitive proposals, interested parties may express their capability by responding electronically before 9:00 AM PST on April 15, 2025. The Government will consider all responses to decide whether a competitive procurement is warranted. Correspondence must include the specified subject line to avoid filtering issues, and attachments should be limited to certain file types to prevent deletion by e-mail filters. The document outlines procedural requirements for interested vendors, emphasizing the sole-source nature of the award, while inviting expressions of interest for assessment.
The 99th Contracting Squadron (99 CONS) has issued a Sources Sought Notice/Request for Information (RFI) to conduct market research and gather insights from qualified vendors for upcoming procurement needs. The notice invites interested firms to provide their company information, business size, small business certification, estimated response time for RFPs, and the anticipated transition period post-award. The government emphasizes transparency and encourages feedback for improving requirements. It clarifies that this RFI is for planning purposes only, to identify potential sources and determine if a future solicitation should be set aside for small businesses, without obligating the government to award contracts or cover proposal preparation costs. Electronic responses are due by March 12, 2025, directed to A1C Samuel Toledo. This RFI aims to facilitate informed decision-making regarding future solicitations.