Security Lighting Upgrade
ID: W50S7W24B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M7 USPFO ACTIVITY INANG 122FORT WAYNE, IN, 46809-3158, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for a Security Lighting Upgrade project at the Indiana Air National Guard Base in Fort Wayne, Indiana. The project involves the installation of eight 20-foot light poles along the Sefton Drive fence line, with an estimated contract value between $100,000 and $250,000, and is set aside exclusively for small businesses under NAICS Code 238210. This initiative is crucial for enhancing security on government property through improved lighting solutions, aligning with federal standards for energy efficiency and safety. Interested bidders must submit their proposals by September 17, 2024, following a pre-bid conference on September 4, 2024, and can direct inquiries to Andrew Brown at andrew.brown.69@us.af.mil or Travis Kraick at travis.kraick@us.af.mil.

    Files
    Title
    Posted
    The document presents a schematic overview of the electrical service disconnect panel (EDSP) at Building 730, Indiana Air National Guard, 122nd Fighter Wing, in Fort Wayne, Indiana. It indicates the locations of various rooms and facilities, including men's and women's restrooms, training areas, offices, a kitchen, and administrative spaces. The architectural plan, dated 2007, is marked with a scale and identifies the electrical service disconnect component as part of the infrastructure to ensure efficient electrical management within the facility. The layout is crucial for maintenance and operational safety, guiding personnel in the establishment of electrical services and potential upgrades. This document serves as a technical resource in the context of federal facility management and could be relevant for future federal or state RFPs related to electrical service upgrades and maintenance, ensuring compliance with safety and operational standards.
    The document outlines the electrical design and specifications for the POL Operations Facility, specifically for the Indiana Air National Guard's 122nd Fighter Wing in Fort Wayne, Indiana. It details symbols, abbreviations, and general notes applicable to electrical installation drawings, as well as various panel and load specifications, including automatic transfer switch ratings and conductor details for emergency generators. Key components include a load summary indicating connected loads at 208V, distributed through various panels, and addressing safety measures. The document emphasizes the importance of adhering to electrical standards, including grounding and circuit requirements, and provides explicit instructions for installation, conduits, receptacles, and the arrangement of the electrical systems. The purpose of this technical document is to ensure that the electrical infrastructure meets the design standards necessary for operational efficiency while adhering to safety regulations, which is vital for submission in response to government RFPs related to military facilities.
    The presented document consists of extensive technical specifications and construction details regarding various drainage infrastructure components. It outlines a catalog of materials, including multiple types of pipes (PVC, PLASTIC, CLAY), structures (MANHOLES, CLEAN OUTS), and drainage systems (ROUND DRAINS, CURB INLETS) along with their respective elevations. The document reflects an organized inventory and network of drainage solutions, referenced by specific feature codes and elevations for each element, hinting at a planned infrastructure development or upgrade project likely related to federal or local government initiatives. This comprehensive and detailed nature suggests a strong emphasis on compliance with engineering standards and environmental regulations. The overarching aim appears to be the enhancement of wastewater management efficacy while potentially addressing local infrastructural concerns. Proper execution of the items listed may significantly contribute to the long-term sustainability and performance of the region’s drainage systems.
    The document outlines the RFI (Request for Information) log for the Security Lighting Project (Project Number ATQZ222009), dated September 6, 2024. It addresses various inquiries from contractors regarding project specifics, such as construction methods, as-built documentation, utility information, and fee requirements. The government responses clarify contractor responsibilities, provide necessary references, and set forth guidelines for construction activities, including the use of Horizontal Directional Drilling (HDD) and grounding specifications at light pole bases. Notably, it confirms the reuse of existing components like beacons and speakers while specifying the voltage and operational hours for the project. The government emphasizes the need for coordination regarding permits, particularly due to proximity to an airport. Additionally, it requests separate pricing for light pole replacements as part of the bid proposal. The document serves as a critical communication tool between the government and contractors, ensuring clarity and compliance throughout the project cycle while outlining procedures for addressing inquiries and requirements systematically.
    The document is a Request for Information (RFI) log from Jacobs Facilities Inc., located in St. Louis, Missouri. It records inquiries related to a specific project, including their proposed methods of construction and the government's responses to these inquiries. As per the RFI number 001.0, Jacobs inquired if Horizontal Directional Drilling (HDD) is an acceptable technique for installing conduits under existing asphalt and concrete. The government confirmed that HDD is acceptable, provided that no damage occurs to underground utilities and contractors must repair any damage at their own cost without additional charges to the government. The log is structured to include a reference number, description of requests, date of information required, the response provided by the government, and the status of each RFI. The document highlights the regulatory expectations from contractors regarding construction methodologies and the importance of maintaining utility integrity during project execution. This information is crucial for compliance with federal, state, and local guidelines as outlined in government contracts and RFPs. The log serves as a communication tool between Jacobs Facilities Inc. and governmental authorities, ensuring all parties are informed about project requirements and methods.
    The document outlines an amendment to solicitation W50S7W24B0001 concerning the Security Lighting Upgrade project labeled ATQZ222009. The primary purpose of this amendment is to extend the submission deadline for bids from 09:00 AM on September 12, 2024, to 02:00 PM on September 17, 2024. The solicitation is set aside for small businesses and aims to award a Firm Fixed Price contract based on the most advantageous bid to the government. A pre-bid conference is scheduled for September 4, 2024, where contractors can inquire about the project requirements. Interested parties must register in advance, undergoing a background check to access the military base where the site visit will occur. The document details the bidding process, necessary qualifications for bidders, and the requirements for bid preparation, while stipulating the applicable wage rates and clauses under the Federal Acquisition Regulation (FAR). The extension and structured bidding process emphasize the government's commitment to transparency and compliance in procurement, particularly for projects that enhance security. Interested contractors must stay updated via the federal contracting website for any additional amendments or changes related to the solicitation.
    The Security Lighting Update project in Fort Wayne, Indiana, (Project Number: ATQZ222009) aims to improve security through installation of eight 20-foot light poles along the Sefton Drive fence line at the Indiana Air National Guard Base. The contract, estimated between $100,000 and $250,000, is designated exclusively for small businesses, adhering to a size standard of $19 million under NAICS Code 238210. The unsolicited bids are due by 12 September 2024, with a pre-bid conference scheduled for 4 September 2024, where potential bidders must register beforehand due to security protocols. A mandatory bid bond is required with offers, with performance anticipated within 30 calendar days after contract award. The government intends to select the most advantageous bid based on price. The solicitation outlines specific requirements for joint ventures, bidder qualifications, and the necessity of compliance with various federal regulations. The project's execution signifies a commitment to enhancing safety through improved lighting on government property, emphasizing the importance of compliance and reliability in the bidding process.
    The document primarily addresses the requirements and guidelines related to federal and state/local requests for proposals (RFPs) and grants. It outlines the essential elements that organizations must address when preparing and submitting proposals for funding opportunities. Key topics include eligibility criteria, project objectives, funding availability, and application procedures. Supporting details emphasize the importance of demonstrating alignment with government priorities, effective project implementation plans, and measurable outcomes. A structured approach is recommended for proposals, including a clear statement of the project's purpose, methodologies, expected impacts, and budgetary considerations. Additionally, specific criteria for evaluation are highlighted, underscoring the role of transparency, accountability, and compliance with regulatory standards. This document serves as a vital resource for organizations seeking to navigate the complexities of grant and proposal submissions. By providing comprehensive guidance on best practices and necessary components, it aims to enhance the quality of submissions, ensuring that projects align with governmental expectations and contribute to public needs.
    The document appears to be a collection of various governmental Request for Proposals (RFPs) and grant applications, potentially encompassing federal, state, and local initiatives. It outlines a structured approach to solicit proposals for projects aimed at improving public services and infrastructure. The principal purpose is to encourage submissions from qualified vendors and organizations to fulfill specific objectives or address particular needs as identified by government authorities. Key points emphasize the importance of compliance with regulatory standards, detailed project specifications, and the integration of safety protocols in proposals. The document also mentions ongoing assessments and evaluations that will be necessary throughout the project lifecycle, ensuring that safety, quality, and efficiency are maintained. It highlights the necessity for clear communication among stakeholders and the role of contractors in facilitating these objectives. Overall, this document serves as a vital guide for potential applicants, providing them with the necessary information to prepare their proposals in alignment with government expectations, thereby fostering an environment of transparency and accountability in the procurement process.
    The 122d Security Forces Squadron Background Check Release Worksheet is a confidential document designed for collecting essential identification information from individuals applying for contract services. It mandates the completion of various sections, including contractor details, individual access information (such as full legal name, date of birth, gender, race, and citizenship status), and required signatures to authorize background checks. The purpose of the worksheet is to ensure lawful access to records by requesting information on criminal convictions, motor vehicle records, and other related reports from federal and state agencies. The document underscores legal obligations under the Privacy Act of 1974, emphasizing the importance of safeguarding personal data. The structure is composed of clearly defined sections that delineate responsibilities for both the contracting agency and the individual. The completion of this worksheet is necessary for individuals to gain access to facilities governed by the 122d Security Forces Squadron, outlining the checks and approvals required for security purposes in government contracting contexts. Overall, this worksheet facilitates compliance with regulations and the integrity of security processes in federal and local RFP scenarios.
    The document outlines the electrical design narrative for a project at the IN ANG Ft. Wayne base, adhering to various safety and building codes, including NFPA and UFC standards. Key elements include power system considerations, specifically the sizing of wire for fence line lighting circuits and the guard house's feeder connections. Conductors are designed to maintain a voltage drop below 3.1%. The lighting control setup includes the installation of photocells with lighting contactors for security and operational efficiency on both the fence line and flight line. Prior to bidding, the contractor must verify existing controls for compatibility with the new lighting. Overall, the document serves as a technical guide to ensure compliance with electrical regulations, enhance security with updated lighting systems, and maintain operational standards in line with governmental requirements for military installations. This design narrative fits within the context of government RFPs as it provides essential guidance for contractors bidding on federal projects, ensuring thorough adherence to applicable codes and specifications.
    The document presents detailed specifications for the DSX2 LED Area Luminaire, a modern outdoor lighting solution by Acuity Brands Lighting. It emphasizes the luminaire's aesthetic design, energy efficiency, and long lifespan, highlighting its capability to deliver up to 80% energy savings compared to traditional 1000W HID lights while achieving over 100,000 hours of service life. Key features include various mounting options, color temperature selections (ranging from 2700K to 5000K), several control options such as motion sensors and photocell integration, and advanced photometric performance enhancing site uniformity and pole spacing. The document outlines ordering information, provides performance packages, electrical load data, and lumen output based on different configurations. It contains technical details essential for manufacturers and installers while assuring compliance with industry standards. The document is positioned to assist government entities and stakeholders in assessing the luminaire's applicability for public projects, aligning with government RFPs and grants focused on energy efficiency and sustainability. Overall, it serves as both a product brochure and a technical guide to the DSX2 LED luminaire's capabilities.
    The Acuity Brands RSXF4 LED Floodlight is a high-performance, energy-efficient lighting solution designed to replace traditional HID floodlights of 1000W to 1500W. Its output ranges from 40,000 to 85,000 lumens, catering to large-area applications like parking lots. The fixture features a durable die-cast aluminum body and advanced thermal management, ensuring long-life and optimal LED performance. It supports various mounting options, including an adjustable slipfitter and yoke configurations, for easy installation. Electrically, it comes with a standard 0-10V dimming driver, with optional wireless control scenarios through the nLight AIR system for both motion sensing and photocontrol functionalities. The product is listed for wet locations, operates in extreme temperatures, and can be made compliant with the Buy American Act, satisfying federal procurement requirements. This summary highlights key specifications and features beneficial for potential bidders or applicants for government projects focused on public lighting solutions, showcasing its alignment with energy efficiency and sustainability goals. The information in this document is pertinent for federal grants and RFPs aimed at upgrading public infrastructure while ensuring compliance with safety and regulatory standards.
    The document outlines specifications for Round Tapered Steel (RTS) poles intended for outdoor lighting installations in the USA. It clarifies that RTS poles are unsuitable for sports lighting that requires crossarms, directing users to the SPRTS series instead. The construction details include the pole shaft made from high-grade carbon steel with various wall thicknesses available, reinforced handholes, and optional mounting configurations. It adheres to the Buy American Act, ensuring compliance with federal procurement requirements. Installation guidelines emphasize the necessity of using factory templates to ensure proper anchorage and warn against erecting poles without fixtures. The document includes detailed technical information regarding pole dimensions, wind load capacities, and weight limits for various models under different conditions. It concludes with warranty information and a note that specifications may change over time. This specification acts as a comprehensive guide for purchasers and contractors involved in outdoor lighting projects, ensuring compliance with standards and regulations relevant to government RFPs and grants.
    Lifecycle
    Title
    Type
    Security Lighting Upgrade
    Currently viewing
    Solicitation
    Similar Opportunities
    USAF Band Stage Lighting
    Active
    Dept Of Defense
    The Department of the Air Force is seeking qualified small businesses to provide stage lighting equipment for the U.S. Air Force Band, located at Joint Base Anacostia-Bolling in Washington, DC. The procurement includes specific lighting fixtures such as the Robe iEspriite, Chauvet Color Strike M, and Chauvet PXL Bar 16, which are essential for enhancing the quality of performances during top-level concerts. This initiative underscores the importance of advanced lighting technology in live events, ensuring optimal visibility and ambiance for audiences. Interested vendors must submit their quotes by 4:00 PM EST on September 22, 2024, adhering to the guidelines outlined in the combined synopsis/solicitation, and can direct inquiries to Robert Stinson or TSgt Joseph Trevino via their provided email addresses.
    LED LIGHTING REPLACEMENT
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking contractors for a project to install LED lighting at the National Plant Germplasm Quarantine Center in Beltsville, Maryland. The procurement involves replacing approximately 42 outdoor fixtures and additional indoor lighting, with a focus on energy efficiency and modernization of the facility. This total small business set-aside contract, valued between $100,000 and $250,000, is expected to commence on October 1, 2024, and conclude by April 15, 2025. Interested contractors must submit firm-fixed price proposals by September 20, 2024, and can direct inquiries to Todd Bierl at todd.k.bierl@usda.gov or by phone at 612-336-3465.
    REPAIR RUSTED LIGHT POLES, VARIOUS BUILDINGS, NAS OCEANA, DAM NECK ANNEX
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the replacement of rusted light poles at various buildings within the Dam Neck Annex of NAS Oceana in Virginia Beach, Virginia. The project involves replacing light poles, securing electrical power in compliance with safety protocols, and ensuring minimal disruption to ongoing operations, with a completion timeline of 180 days post-award. This initiative is critical for maintaining safety and operational functionality at military installations, reflecting the government's commitment to infrastructure integrity. Interested contractors must submit their proposals by October 15, 2024, and can direct inquiries to Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil, with the project budget estimated between $250,000 and $500,000.
    IMAM ALI AIR BASE AIRFIELD LIGHTING
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force's Foreign Military Sales Branch, is seeking information regarding the acquisition of airfield lighting systems for Imam Ali Air Base in Nasiriyah, Iraq. The project aims to replace existing runway lighting systems along runway 30R/12L, including the repair and/or replacement of airfield ground lighting, generators, regulators, and control systems to enhance night operations and visibility. Interested parties are invited to submit their capabilities and experience related to similar projects by October 11, 2024, with responses limited to 25 pages in an unclassified PDF format. For further inquiries, respondents may contact Kelsey Ribeiro, Lano Balulescu, or Brendan Pacelli via their provided email addresses.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as integrating monitoring systems with the base's Energy Management Control System (EMCS). This project is critical for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.
    DPG WDTC Light Tower
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking bids for the procurement of a towable light tower under solicitation W911S6-24-Q-0039. The light tower must meet specific requirements, including a 1.5L Turbo engine, a 100-gallon fuel capacity, a hydraulic mast that extends to 26’10”, and integrated LED lighting, making it essential for operations at the West Desert Test Center. This procurement is a total small business set-aside under NAICS code 336212, with quotes due by 10:00 AM MST on September 23, 2024, and delivery expected within 60 days after order receipt. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Mark Pratt at mark.s.pratt4.civ@army.mil or by phone at 435-831-2094.
    62--FLOODLIGHT,ELECTRIC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of electric floodlights, specifically NSN 6220011669215. The requirement includes a quantity of one unit to be delivered to the DLA Distribution Depot in Oklahoma within 169 days after the order is placed. These floodlights are critical for various military applications, ensuring adequate lighting for operations and safety. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.
    Solicitation FA449724R0018
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for architectural and engineering services to provide 35% design for the repair of transformers and lighting at Dover Air Force Base in Delaware. The project aims to enhance the operational efficiency and safety of the main aircraft parking apron by upgrading existing electrical systems and lighting, adhering to various Air Force design guidelines and safety regulations. This procurement is categorized as an 8(a) set-aside for SBA-certified firms, with an estimated contract value between $100,000 and $250,000, and proposals must be submitted electronically by September 17, 2024, at 2:00 PM EST. Interested parties can contact Victoria Barra at victoria.barra@us.af.mil or Carl Zahn at carl.zahn.3@us.af.mil for further information.
    Request for Information - Portable Airfield Lighting
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting a Request for Information (RFI) to identify vendors capable of supplying portable airfield lighting systems. These systems are intended to assist Air Force Special Warfare units in marking austere airfields and drop zones for both military and humanitarian operations, requiring features such as multiple lighting colors, durability against jet blast, remote control capabilities, and visibility from up to three nautical miles. Interested vendors must provide detailed product information, including system specifications, past experiences with the Department of Defense, and compliance with federal regulations, with responses due by 12:00 PM Eastern time on October 7, 2024. For further inquiries, interested parties can contact Jamie Sclafani at jamie.sclafani@us.af.mil.
    PSXE242028 - Repair MSG & Facilities Electrical System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of the MSG & Facilities Electrical System at the McGhee Tyson Air National Guard Base in Louisville, Tennessee. The project involves upgrading and repairing electrical systems primarily supporting the 10 PAA KC-135R Air Refueling Wing, with a total estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for small businesses, emphasizing the importance of compliance with federal acquisition regulations and submission protocols. Interested contractors must submit their bids by September 23, 2024, and are encouraged to contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil for further inquiries.