Advanced Meter Reading System (AMRS) Metering Implementation - Randolph AFB
ID: FA8051-25-R-2001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8051 772 ESS PKDTYNDALL AFB, FL, 32403-5322, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the implementation of an Advanced Meter Reading System (AMRS) at Randolph Air Force Base in Texas. This project is exclusively set aside for SBA Certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to enhance energy efficiency and data management through the installation of compliant electric meters and communication systems. The contract will be awarded based on a Firm Fixed Price and evaluated on a Lowest Price Technically Acceptable (LPTA) basis, with a construction budget ranging from $1 million to $5 million and a performance period of 365 days from the award date. Interested contractors must submit their proposals by July 7, 2025, and can direct inquiries to Lauren Gill at lauren.gill@us.af.mil or Jill Duke at jill.duke@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Statement of Work (SOW) for the Design-Build (D-B) Construction of an Advanced Meter Reading System (AMRS) at Joint Base San Antonio (JBSA) Randolph, Texas. The project's aim is to implement a centralized system for remote data acquisition from electrical meters in compliance with federal energy standards. The contractor is tasked with designing and building the necessary infrastructure, including the installation of 100 AMRS compliant electric meters and associated communication devices, adhering to safety and regulatory standards throughout the project. Key responsibilities include creating a Work Breakdown Structure (WBS), Construction Work Plan (CWP), and ensuring qualified personnel conduct all aspects of the work. The project involves phases of planning, hazardous materials management, construction, and commissioning, with a total execution period of 365 calendar days. Moreover, the contractor must navigate base protocols for clearance, utility outages, and material storage. Like all government projects, adherence to stringent compliance requirements and coordination with several military and local authorities is paramount to successful project completion. The SOW outlines deliverables, including progress reports, commissioning documentation, and as-built drawings.
    The Air Force Civil Engineer Center (AFCEC) seeks contractors for a Design-Build (D-B) construction project to implement an Advanced Meter Reading System (AMRS) at JBSA Randolph, TX. The project involves the installation of compliant electric meters and communication systems which adhere to the Energy Policy Act and related standards. Contractors must demonstrate expertise in both construction and communications systems. Key deliverables include a Work Breakdown Structure (WBS), Construction Work Plan (CWP), progress reports, and as-built drawings. The contractor is responsible for verifying existing conditions, coordinating with base officials for utility interruptions, and adhering to safety and quality management protocols. The timeline for completion spans 365 days, with specific milestones for development, construction phases, and commissioning tasks. Compliance with all applicable regulations and Air Force standards is essential, including proper documentation for hazardous materials. The contract emphasizes transparency and timely communication throughout the project's lifecycle. This undertaking is part of the Air Force's initiative to enhance energy efficiency and data management through advanced technology.
    The government document pertains to federal and state/local Requests for Proposals (RFPs) and grants, focusing on funding opportunities for various initiatives. It outlines key elements such as eligibility criteria, application processes, and deadlines essential for potential applicants. The document emphasizes the importance of compliance with statutory regulations, providing detailed requirements for project proposals. Key sections highlight areas of interest for funding, including community development, infrastructure improvement, and public health initiatives. Moreover, it encourages collaboration among various stakeholders to enhance project outcomes. The document serves as a critical resource for organizations seeking federal support, reinforcing accountability and transparency in the grant management process. By clearly delineating expectations and administrative guidelines, it aims to streamline the application process while fostering effective utilization of allocated funds.
    The government file presents a proposal summary sheet for an Advanced Meter Reading System Implementation project at JBSA Randolph Air Force Base in Texas. It outlines a single line item for job-related services under the specific Contract Line Item Number (CLIN) 0001, indicating no specified quantity, unit price, or total budget at this stage. The document is structured to highlight essential categorizations like quantity, unit of issue, unit price, and total cost, which currently remain unfilled. This suggests that the proposal is in a preliminary phase, possibly awaiting bids or further clarification regarding the financial aspects. Overall, the summary sheet serves as a framework for future contractual considerations and budget assessments related to the implementation of the advanced metering system, which is likely aimed at enhancing utility management and operational efficiency at the military facility.
    The document FA805125R2001 outlines various clauses related to federal procurement processes, emphasizing compliance requirements for contractors. It includes references to regulations on whistleblower rights, cybersecurity protocols, and stipulations on subcontracting practices, particularly in relation to foreign entities and state sponsors of terrorism. Key provisions address compensation for former Department of Defense officials and mandates on the use of certain telecommunications equipment. The document is structured to present clauses in both reference and full-text formats. It addresses various aspects of contract execution, including safety standards, payment terms, and labor regulations, ensuring that contractors are informed of their responsibilities. The emphasis on safeguarding covered defense information and maintaining ethical practices highlights the federal government's commitment to integrity and security in its procurement activities. The purpose of this document is to serve as a guideline for contractors bidding on federal contracts, ensuring that they understand their legal obligations and compliance measures. This framework not only facilitates transparency in government procurement but also underscores the importance of national security in defense-related activities.
    The document outlines a Request for Proposals (RFP) for the Advanced Meter Reading System (AMRS) metering implementation at Davis-Monthan Air Force Base in Arizona. The primary objective is to enhance the efficiency of the metering system, enabling advanced monitoring and data acquisition for utilities. Key components of the RFP include the installation and integration of new metering technologies, ensuring compliance with federal requirements, and providing training for base personnel. Interested bidders are expected to demonstrate their experience and capability in delivering similar systems, addressing operational needs, and offering support post-implementation. The RFP also emphasizes the alignment with military sustainability goals and the importance of streamlining energy management. This initiative reflects the government’s commitment to modernizing infrastructure and optimizing resource management within military facilities.
    The document outlines the requirements for implementing an Advanced Meter Reading System (AMRS) at Davis-Monthan Air Force Base in Arizona. It addresses various queries related to the project, such as ownership of transformers, mission-critical facilities, outage scheduling, equipment enclosure standards, and contractor responsibilities. Key points include the stipulation that mission-critical buildings must be identified, with longer lead times required for power outages, and the emphasis on the need for all new equipment to be housed in NEMA 4 or NEMA 4X enclosures. Contractors must also coordinate power outages in advance and may request government-furnished materials, although availability is not guaranteed. Notably, there are restrictions on work hours, requiring pre-approval for any work outside standard hours. Additionally, contractors are not required to provide certain standard forms with their proposals. The intent of this document is to clarify project requirements and process for bidding contractors, ensuring compliance with the necessary technical and scheduling protocols while maintaining operational continuity at the base.
    This document is a confidential access request pertaining to an individual named John R. Doe, affiliated with Velocity Training, an Australian company. It includes personal details such as citizenship, driver's license information, Social Security number, and date of birth, as well as the organization sponsoring this request, identified as 355 SFS with a contact number for SSgt Jane Doe. The access request specifies that permission is needed for 24/7 access starting May 15, 2017, without defined restrictions on entry times, implying a need for flexible access. Furthermore, access through specific areas, denoted as Charlie or Delta, requires a memorandum for record (MFR) from the Unit Commander. The document underscores the necessity of protecting the information under the Privacy Act of 1974 and outlines the protocol for handling unintended recipients. Overall, it emphasizes the procedural requirements and confidentiality associated with access requests within government operations.
    The document outlines the Contract Data Requirements List (CDRL), specifically details for several data items required by the Department of Defense (DoD). These data items include the Health and Safety Plan (HSP), Quality System Plan (QSP), Site Project Summary (SPS), Meeting Minutes, Monthly Status Report (MSR), Work Breakdown Schedule (WBS), and Draft Construction Work Plan (CWP). Each item specifies submission timelines (usually within 14 days post-contract award), frequency, purpose, and requirements for approval and distribution. The highlight is the need for specified data items that ensure compliance with government and project requirements, detailing their preparation, delivery, and acceptance processes. The workload for contractors is noted, with an overall burden estimated at 110 hours for document completion. The document is structured to facilitate clarity in submission and regulatory adherence, guiding contractors in fulfilling obligations while maintaining safety and quality standards during project execution. This CDRL provides a framework for accountability in government contracting, instrumental in routine operational oversight.
    The Department of the Air Force issued a Request for Proposal (RFP) for an Advanced Meter Reading System (AMRS) at Randolph AFB, Texas, seeking proposals from SBA Certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The project entails a Firm Fixed Price contract with a construction budget between $1 million and $5 million. Proposals must be submitted by July 7, 2025, and should remain valid until September 30, 2025. Evaluations will focus on a Lowest Price Technically Acceptable (LPTA) basis, assessing technical approaches, pricing, and compliance with the Buy American Act. Offerors will need to demonstrate their abilities through specified technical qualifications, including provision of licensed personnel with relevant experience. A site visit is scheduled for June 16, 2025, for interested bidders. Proposals must adhere to formatting requirements, and any assumptions or exceptions will lead to disqualification. The project duration is set for 365 days from award, incorporating design and construction phases. A liquidated damages clause of $452.08 per day is outlined for delays. Compliance with applicable wage determinations and a conflict of interest provision is required, excluding certain contractors from participation. This RFP aims to enhance metering capabilities while ensuring competitive pricing and adherence to federal regulations.
    The Department of the Air Force is soliciting proposals for the Advanced Meter Reading System (AMRS) project at Randolph AFB, Texas, outlined in an RFP dated June 27, 2025. This project is a 100% set-aside for SBA Certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Proposals must comply with a Firm Fixed Price contracting approach, evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Technical approaches, including management capabilities, staffing plans, and schedules, are critical evaluation factors. The construction budget is between $1,000,000 and $5,000,000, with a performance period of 365 days from award. Site visits are mandatory, and participants must submit access requests by June 9, 2025. The RFP mandates compliance with the Buy American Act and includes provisions for liquidated damages. Contractors must understand and adhere to proposal format requirements and submit proposals by July 7, 2025, via email. This RFP emphasizes fair opportunity among offerors and outlines exclusion conditions for specific contractors to avoid conflicts of interest. Adequate funding is contingent upon the availability of appropriated funds. Overall, this solicitation seeks capable and compliant contractors to enhance metering implementation at Randolph AFB.
    The Department of the Air Force has issued a Request for Proposal (RFP) for the Advanced Meter Reading System (AMRS) project at Randolph AFB, Texas. This 100% set-aside opportunity is specifically aimed at SBA Certified Economically Disadvantaged Women-Owned Small Businesses. The government intends to award a single Firm Fixed Price contract based on the Lowest Price Technically Acceptable (LPTA) offer, which requires strict adherence to technical and price evaluation factors. Proposals must showcase a comprehensive technical approach, staffing plans, and adherence to a defined schedule, all while complying with the Buy American Act. The project magnitude ranges between $1 million and $5 million, with a completion timeline of 365 days post-award. A site visit is scheduled, and contractors must address any assumptions or exceptions prior to proposal submission. Additionally, proposals should include conflict of interest declarations and comply with applicable wage determinations. Overall, this RFP emphasizes competitive pricing, technical capability, and compliance with federal standards, ensuring the project aligns with governmental regulations and objectives.
    The Department of the Air Force is soliciting proposals for an Advanced Meter Reading System (AMRS) implementation project at Randolph AFB, TX, with this document being an amendment to the initial RFP. The proposal deadline for queries is set for June 30, 2025, and the contract, which is fully reserved for Economically Disadvantaged Women-Owned Small Businesses (EDWOSBs), is a firm fixed price award based on the Lowest Price Technically Acceptable (LPTA) criteria. The anticipated construction budget ranges from $1 million to $5 million, and a site visit is scheduled for June 16, 2025. Key elements of the proposal will be evaluated on technical approach, price, and compliance with regulations, including the Buy American Act. Contractors must address any assumptions beforehand to be considered, and any proposals identifying conflicts of interest will be excluded. The project includes a year for completion post-award and outlines specific qualifications for the staff involved, including requirements for on-site personnel. It also states that funds are contingent upon availability before any contract obligations can be assumed. This document serves to guide prospective contractors through the proposal submission process while ensuring compliance with government contracting standards.
    Similar Opportunities
    LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fire Suppression Maintenance and UV Systems Maintenance Services at Joint Base San Antonio (JBSA) Lackland and Randolph, Texas. This contract, set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), encompasses a range of services including semi-annual maintenance, hydro-static testing, parts replacement, and emergency services, with a total estimated award amount of $12,500,000. The performance period is scheduled from March 2026 to September 2030, and interested contractors must submit their proposals by January 12, 2026, following a site visit on January 6, 2026. For further inquiries, potential bidders can contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    USACE SPK DB Construction DDJC CENTRALIZED GAS AND ELECTRIC METERING, Tracy, California
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential contract involving the design, furnishing, and installation of advanced electric and natural gas meters, along with a Centralized Utility Monitoring Station at the Defense Distribution Depot San Joaquin (DDJC) in Tracy, California. This project aims to enhance utility monitoring capabilities by implementing a system that exports meter data for effective usage tracking and equipment management. The estimated contract value ranges between $5 million and $10 million, with a potential solicitation expected around February 2026 and an anticipated award by July 2026. Interested firms are encouraged to submit capability statements by January 13, 2026, to the primary contact, Antonina Beal, at antonina.beal@usace.army.mil.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Generator Semi-Annual Preventive Maintenance (PM), Emergency Repair Services (ERS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract focused on Generator Semi-Annual Preventive Maintenance (PM) and Emergency Repair Services (ERS) at the U.S. Army ALTESS Enduring Data Center in Radford, Virginia. The contract encompasses a range of services including detailed inspections, fluid analysis, battery replacement, and load bank testing, structured over a base year and four option years, ensuring the operational readiness of six diesel standby generators. This procurement is set aside for small businesses, with proposals due by January 19, 2026, and a site visit scheduled for January 7, 2026. Interested parties should direct inquiries to Myrisha L. Mullen or Octavia Heflin-Smith via email, and must adhere to the submission guidelines outlined in the solicitation documents.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    IT Infrastructure for Former DOE Buildings
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the IT Infrastructure project at former Department of Energy buildings located at Kirtland Air Force Base in New Mexico. The project entails the removal and replacement of existing telecommunications cables and equipment with CAT6 cabling, installation of vertical cable raceways, and ensuring compliance with KAFB Comm Standards, as well as extensive testing and documentation of the installed infrastructure. This procurement is crucial for establishing a reliable telecommunications network that connects multiple buildings to the Department of Defense network, enhancing operational capabilities. The anticipated contract value is between $500,000 and $1 million, with the solicitation expected to be posted on or around January 2, 2026. Interested parties should contact SrA Zelena Dorudemir at zelena.dorudemir@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil for further information.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.