HV Roundabout
ID: FA466125Q0083Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the HV Roundabout project at Dyess Air Force Base in Texas. The procurement involves the replacement of high voltage switchgear, requiring contractors to provide all necessary labor, equipment, and materials to establish new electrical circuits at the roundabout. This project is critical for maintaining operational efficiency and safety at the base, ensuring compliance with federal regulations and standards. Interested small businesses must attend a mandatory site visit and submit proposals by April 23, 2025; for further inquiries, contact Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or Sydney Fontenot at sydney.fontenot@us.af.mil.

Files
Title
Posted
Apr 9, 2025, 3:08 PM UTC
Apr 9, 2025, 10:07 PM UTC
The document outlines various clauses incorporated by reference in government contracts, particularly concerning Department of Defense (DoD) acquisitions. It emphasizes compliance with specific regulations related to contractor practices, including the management of former DoD officials, whistleblower rights, and safeguarding sensitive information. Various clauses address requirements for electronic payment submissions, contractor obligations under federal laws, and environmental considerations. Key provisions include stipulations on equal opportunity, labor standards, and the prohibition of certain telecommunications and video surveillance services. Additionally, the document includes information on domestic sourcing requirements under the Buy American Act, specifying conditions under which foreign construction materials may be utilized. The summary emphasizes the necessity for contractors to adhere to strict compliance measures related to safety, quality, and timely invoicing in order to maintain eligibility for government contracts. The essence of this documentation serves to facilitate transparent and accountable contracting processes, ensuring that government funds are utilized effectively while protecting the interests of all stakeholders involved in federal and state procurement activities.
Apr 9, 2025, 3:08 PM UTC
The government is soliciting bids for construction services to establish new electrical circuits to switchgear at the Dyess Air Force Base roundabout in Texas. This solicitation, designated as FA466125Q0012, is a total small business set-aside, necessitating that only registered small businesses in SAM.gov are eligible to submit offers. Potential contractors must provide a capability statement and a detailed technical approach, along with mandatory payment bonds and a certificate of deposit. The bid submission deadline is April 11, 2025, at 2:00 PM CST, with a required site visit scheduled for April 4, 2025. The project budget is estimated between $100,000 and $250,000, and evaluation will consider both technical and price proposals, with a focus on acceptable delivery timelines and compliance with government standards. All offers must adhere to specific criteria outlined in the request for proposals, ensuring clear communication and submission guidelines are followed for effective consideration.
Apr 9, 2025, 10:07 PM UTC
The document outlines the solicitation for a government contract, specifically for the replacement of high voltage switchgear at Dyess Air Force Base. Issued under solicitation number FA466125Q0014, it details the requirements for contractors, including necessary performance bonds, timelines, and submission guidelines. The project's scope involves disconnecting and disposing of the old switchgear and installing new equipment, described as straightforward with minimal complexity. Key dates include a mandatory site visit and proposal due date on April 23, 2025, and an amendment that updates site visit procedures. The evaluation process for proposals will assess technical acceptability and pricing completeness. The government intends to award the contract based on the lowest priced technically acceptable proposal, emphasizing the need for a comprehensive understanding of project requirements. The document also includes sections on contract administration, special requirements pertaining to contractor access to installations, and prohibitions against Ozone-depleting substances. Overall, this solicitation highlights the government's procedural framework for acquiring services while ensuring compliance with technical and regulatory standards.
Apr 9, 2025, 10:07 PM UTC
The Statement of Work (SOW) outlines the requirements for replacing high voltage switchgear at a roundabout, focusing on demolition, installation, and compliance with OSHA standards. The contractor is responsible for removing old switchgear and cables, installing new materials, and ensuring all work meets safety regulations. The project must minimize disruptions to normal operations and is expected to be conducted during standard business hours, with potential for after-hours work upon request. The contractor must maintain a clean work environment and effectively handle hazardous conditions by notifying the contracting officer. Government-furnished utilities will be provided, yet the contractor needs to manage their own equipment and ensure site safety according to federal and state laws, particularly OSHA and Texas regulations. Access to Dyess AFB necessitates secure identification processes, including a Dyess Form 173 for personnel entry, with strict guidelines for visitor sponsorship. Contractor vehicles must display proper identification and comply with driving regulations on base. This SOW illustrates a comprehensive approach ensuring the project's integrity, operational safety, and adherence to governmental protocols, reflecting patterns consistent with federal RFPs and grant expectations.
Apr 9, 2025, 10:07 PM UTC
This document outlines General Decision Number TX20250278, applicable to building construction projects in Callahan, Jones, and Taylor Counties, Texas. It specifies wage rates for various labor classifications under the Davis-Bacon Act, which mandates minimum wage adherence for federal contracts. For contracts initiated or renewed after January 30, 2022, workers must be compensated at least $17.75 per hour, or a higher rate if specified. Contracts awarded between January 1, 2015, and January 29, 2022, have a minimum wage threshold of $13.30 per hour. The document also details wage rates for multiple trades, including boilermakers, electricians, ironworkers, plumbers, and various laborer classifications. It emphasizes compliance with Executive Orders regarding paid sick leave and the appeals process for wage determinations. This guidance ensures fair labor practices and compliance with federal requirements for contractors involved in federally funded construction projects, reinforcing the government's commitment to worker protection and wage standards.
Apr 9, 2025, 3:08 PM UTC
Lifecycle
Title
Type
HV Roundabout
Currently viewing
Solicitation
Similar Opportunities
Dyess Airfield Paving
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in a Sources Sought notice for an Airfield Paving contract at Dyess Air Force Base (AFB) in Texas. The project involves various repairs and potential reconstruction of airfield pavements, including tasks such as concrete slab removal and replacement, spall repair, joint sealant replacement, and pavement markings, all in accordance with established plans and specifications. This opportunity is crucial for maintaining the operational integrity of the airfield, and interested vendors must respond with detailed capability statements by 1400 CST on April 16, 2025, to the primary contacts, Sydney Fontenot and Brandon Gilbert, via their provided email addresses. The contract is set aside for small businesses under NAICS code 237310, with a size standard of $45 million.
AJJY 22-1058 Repair Tie Feeder Circuit P-84 and P-85 AAFB, GU
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair and reconfiguration of Tie Feeder Circuits P-84 and P-85 at Andersen Air Force Base (AAFB) in Guam. This Design-Bid-Build project aims to enhance the reliability of the airfield's electrical infrastructure, ensuring safety by eliminating existing circuits that cross runways and providing redundant connections for critical transformers. The contract, set aside for Historically Underutilized Business Zone (HUBZone) small businesses, has an estimated value between $10 million and $25 million, with a performance period of 548 calendar days. Interested contractors must submit their proposals electronically by May 7, 2025, and are encouraged to attend a mandatory site visit on March 25, 2025. For further inquiries, contact A1C Sir Rashaliq Hankerson at sirrashaliq.hankerson@us.af.mil or 671-366-6680.
SXHT 12-1092 Repair Emergency Power SFS B1319
Buyer not available
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, which includes the installation of a new Automatic Transfer Switch (ATS) to ensure generator backup during power outages. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has a magnitude between $500,000 and $1 million, with a performance period of 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 23, 2025, and can direct inquiries to 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
NDI Lab Pen Line B1510
Buyer not available
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 involves the removal of existing electrical wiring and the installation of new wiring to ensure compliance with electrical codes, as detailed in the attached Statement of Work. This procurement is crucial for maintaining operational safety and infrastructure integrity at the base, with a total estimated project cost of less than $25,000. Interested small businesses must attend a site visit on April 16, 2025, and submit their bids by April 24, 2025; inquiries should be directed to Tariq Ellis at tariq.ellis@us.af.mil or SrA Margret Ogbuozobe at margret.ogbuozobe@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.
AJJY 23-1007 Repair Airfield Electrical Conduit and Glideslope Systems AAFB, Guam
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for a construction contract titled "AJJY 23-1007 Repair Airfield Electrical Conduit and Glideslope Systems" at Andersen Air Force Base in Guam. The project involves a Firm-Fixed-Price (FFP) contract to repair and upgrade airfield electrical conduits and glideslope systems, ensuring compliance with various safety and operational standards while minimizing disruption to airfield operations. This initiative is crucial for maintaining reliable electrical power for navigational equipment, thereby enhancing the operational capacity of the airfield. Interested contractors classified under the Historically Underutilized Business Zone (HUBZone) program must submit proposals electronically by May 2, 2025, with a project magnitude exceeding $10 million and a performance period of 532 calendar days. For further inquiries, potential bidders can contact Mr. Chuck David Flores at chuckdavid.flores@us.af.mil or Ms. Katrina Pangelinan at katrina.pangelinan@us.af.mil.
B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new Logistics and Readiness Fuels Flight administrative and laboratory facility at Dyess Air Force Base. The project entails building a single-story facility that includes administrative and command spaces, laboratory areas, and a refueler truck yard, with specific construction requirements such as reinforced concrete foundations, load-bearing masonry walls, and advanced laboratory fixtures. This facility is crucial for supporting the operations of the 7th Logistics and Readiness Squadron and will adhere to stringent Department of Defense construction and cybersecurity standards. Interested contractors can reach out to Bijay Gurung at bijay.gurung@usace.army.mil or 817-886-1018, or Jesus Floriano at Jesus.J.Floriano@usace.army.mil or 817-228-6845 for further details.
Demolition B9118
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 9118 at Dyess Air Force Base in Texas. Contractors are required to provide all necessary labor, materials, tools, and supervision for the demolition, with a budget estimated between $250,000 and $500,000, contingent upon the availability of government funds. This opportunity is a total small business set-aside, emphasizing compliance with health and safety regulations, and requires interested vendors to submit proposals by May 1, 2025, following an optional site visit on April 14, 2025. For further inquiries, interested parties can contact Abigail Noe at abigail.noe.1@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
TINKER AFB MAC BOA WWYK140020, REPLACE UNIT SUBSTATION AND SWITCHGEAR, COL V51,B3001
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals from qualified contractors for the replacement of the unit substation and switchgear at Tinker Air Force Base, Oklahoma, specifically at Post V51 in Building 3001. The project involves the demolition of outdated electrical equipment and the installation of new switchgear and transformers, ensuring compliance with applicable National Electrical Code (NEC) and National Fire Protection Association (NFPA) standards. This initiative is crucial for maintaining and upgrading military infrastructure to meet contemporary operational standards, thereby enhancing the facility's electrical capacity and safety. Interested contractors who are holders of the Tinker AFB MAC BOA must RSVP for an initial site visit by April 14, 2025, with the visit scheduled for April 15, 2025, at 10:30 AM CT. For further inquiries, contractors can contact Sara Hinds at sara.hinds.2@us.af.mil or Megan Hardeman at megan.hardeman@us.af.mil.
KAFB Install Backup Generator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a backup generator at Kirtland Air Force Base in New Mexico. The project involves constructing a concrete pad, installing electrical systems, and an automatic transfer switch, ensuring compliance with regulatory standards while minimizing disruption to ongoing base activities. This procurement is critical for maintaining reliable power supply to the communications room, with an anticipated contract value between $250,000 and $500,000. Interested small businesses must submit their responses by April 15, 2025, to the primary contact, Darius Etheridge, at darius.etheridge.2@us.af.mil, or the secondary contact, Zachary Laurenz, at zachary.laurenz.1@us.af.mil.