FTQW 20-0504 - CHpp Phase C
ID: FTQW-20-0504Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5004 354 CONS PKEIELSON AFB, AK, 99702-2200, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 21, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 28, 2025, 12:00 AM UTC
  3. 3
    Due Mar 8, 2025, 11:30 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Repair CHPP Electric Panels & Circuits, Phase C" project at Eielson Air Force Base in Alaska. This project aims to upgrade and modify the low-voltage electrical and lighting systems at the Central Heating and Power Plant (CHPP), which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures. The initiative is crucial for enhancing the facility's operational efficiency and safety, ensuring compliance with federal and state regulations throughout the construction process. Interested contractors must submit their electronic bids by May 13, 2025, with a project budget estimated between $1 million and $5 million. 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.

Files
Title
Posted
Apr 25, 2025, 12:11 AM UTC
The Statement of Work (SOW) outlines requirements for the repair and replacement of electrical panels, circuits, and lighting fixtures at the Central Heating and Power Plant (CHPP) on Eielson Air Force Base, Alaska. This project, designated FTQW 200504, represents the final phase of a comprehensive electrical upgrade initiative. Key tasks involve the demolition of existing electrical systems, installation of new panelboards and transformers, and development of modern lighting systems. The contractor must manage hazardous materials responsibly, adhere to strict safety protocols, and ensure minimal disruption to base operations, as the facility operates continuously. The contract spans 365 days, requiring meticulous planning and coordination with government representatives to maintain security and operational continuity. Environmental protection measures are emphasized due to the presence of hazardous materials like asbestos and lead paint. Compliance with federal, state, and local regulations is mandatory throughout the project's execution. Overall, this SOW signifies the military's commitment to upgrading critical infrastructure while prioritizing safety and operational integrity.
Apr 25, 2025, 12:11 AM UTC
The document outlines construction specifications for the repair of central heating and power plant panels and circuits at Eielson Air Force Base, Alaska. It provides comprehensive guidelines on the project, including demolition, power distribution, and lighting systems. Key phases involve the removal of existing equipment, installation of new panelboards and transformers, and the construction of functional lighting systems. Operational continuity is emphasized throughout the construction period, requiring minimal disruption to the plant’s services. Safety regulations, fire safety compliance, and management of hazardous materials are critical elements. The contractor must adhere to multiple regulations, including local codes, federal acquisition standards, and specific Eielson AFB requirements. Submission procedures and requirements for government approval of various documents and schedules are detailed, highlighting the significance of timely compliance to avoid payment disruption. Regular updates on project scheduling, safety standards, and quality control measures are mandated. Overall, this document serves as a comprehensive framework for contractors, ensuring adherence to meticulous guidelines and governmental expectations for infrastructure improvement at a military facility.
Apr 25, 2025, 12:11 AM UTC
The document presents the schedule of drawings for the REPAIR CH&PP, PHASE C project at Eielson AFB, Alaska, under the reference FTQW 200504. It outlines a series of electrical and lighting system diagrams along with power plans across various facility sections, such as the basement, first floor, and specialized decks. The drawings include one-line diagrams, panel schedules, and plans for hazardous material sampling, ensuring compliance with safety regulations. Consolidating critical design elements, the document underscores the need for careful planning and execution during the repair process, addressing both electrical and hazardous materials management. This initiative aligns with government requirements for infrastructure improvements, emphasizing safety and operational efficiency.
Apr 25, 2025, 12:11 AM UTC
Apr 25, 2025, 12:11 AM UTC
The Department of the Air Force's Hazardous Waste Management Plan (HWMP) for Eielson Air Force Base outlines procedures and guidelines for managing hazardous waste (HW) in compliance with federal, state, and local regulations. The plan is structured to ensure ongoing adherence to environmental standards through a systematic Environmental Management System (EMS) framework. It emphasizes clear roles and responsibilities for installation personnel involved in waste management, from the Installation Commander to shop personnel handling HW. Key components include training requirements for staff, specific procedures for waste identification and container management, and rigorous recordkeeping practices for accountability. The HWMP also addresses waste accumulation limits, reporting obligations, and mandates coordination with designated environmental management personnel for effective compliance. By providing a comprehensive approach to managing HW, the plan aims to minimize environmental impact while ensuring operational efficiency at Eielson AFB.
Apr 25, 2025, 12:11 AM UTC
The document serves as a comprehensive submittal form for the CHPP Panels/Circuits, Phase C project, delineating requirements for various preconstruction submittals, construction operations, environmental compliance, and safety plans. Key components include submitting a list of contact personnel, project schedules, work clearance requests, permits from the FAA, and various environmental plans such as the Stormwater Pollution Prevention Plan and Hazardous Waste Management Plan. Each item listed is categorized under applicable sections, emphasizing the submission of necessary documents, tests, reports, and certifications to ensure compliance with federal and state regulations. The document outlines the structure for a submittal register used to track submissions, approvals required from the contractor and approving authority, and the action status of each item. This multifunctional framework underpins a systematic approach to managing the project's construction compliance and quality assurance, necessary for adhering to government standards in Request for Proposals (RFPs) and federal grants related to construction initiatives. Overall, it is designed to ensure thorough documentation and regulatory compliance throughout each phase of the project.
Apr 25, 2025, 12:11 AM UTC
The document evaluates a federal Request for Proposals (RFP) and grants that pertain to state and local projects. It outlines the objective to secure funding for initiatives that align with government priorities, emphasizing the importance of compliance with federal regulations. The analysis indicates key areas of focus, including community development, infrastructure improvement, and public safety initiatives. Moreover, the document highlights the criteria for funding eligibility and the evaluation process for proposals submitted by various entities. The emphasis on collaboration between federal, state, and local agencies is noted, reinforcing a coordinated approach to problem-solving. Overall, the file serves as a strategic resource for stakeholders seeking to navigate the complexities of securing governmental funding for projects that provide public value and meet community needs.
Apr 25, 2025, 12:11 AM UTC
The document outlines a Federal solicitation for construction services aimed at upgrading and modifying the low-voltage electrical and lighting systems at Eielson Air Force Base's Central Heating & Power Plant (CHPP). The project includes the removal and replacement of obsolete electrical panels, transformers, and lighting fixtures. It specifies that bids are to be submitted electronically and emphasizes the necessity for performance and payment bonds, subject to the Federal Acquisition Regulations (FAR). A site visit is scheduled to occur before the bid submission deadline, aiming to facilitate contractor understanding of the project scope. The acceptance timeframe for proposals is crucial, as offers must delineate acceptance periods of at least 180 calendar days beyond the due date. Notably, funding for this project is not currently available, and any proposals may be canceled if financing issues persist. The solicitation emphasizes compliance with various labor and environmental regulations, underscoring the government's commitment to safety and adherence to the law during construction activities. Prices are referenced without quotes, with guidelines for payments and contract management thoroughly detailed, ensuring all contractors understand their obligations under this solicitation.
Apr 25, 2025, 12:11 AM UTC
The government solicitation FA500425B00010001 seeks proposals for the Repair of Electric Panels & Circuits, Phase C at Eielson AFB, Alaska. The project involves upgrading and modifying low voltage electrical and lighting systems, replacing outdated electrical panels and lighting fixtures within the Central Heating and Power Plant (CHPP). A site visit is scheduled for March 19, 2025, with proposals due by April 9, 2025. The solicitation specifies that only electronic submissions are accepted, and bidders must provide performance and payment bonds. The project budget ranges between $1 million and $5 million, and the contractor is expected to begin work within 180 days post-award, completing the project within a year. Compliance with various federal and state regulations, including the employment of local labor and adherence to Department of Defense specifications, is emphasized throughout the solicitation. This initiative demonstrates the government’s commitment to infrastructure improvements and energy efficiency at military facilities while ensuring compliance with legal labor standards and environmental guidelines.
Apr 25, 2025, 12:11 AM UTC
The document outlines a Request for Proposal (RFP) for a construction project titled "Repair CHPP Electric Panels & Circuits, Phase C" at Eielson Air Force Base. The project involves upgrading low voltage electrical and lighting systems at the Central Heating & Power Plant, including removing outdated panels and fixtures. The contractor is required to perform work within 365 calendar days from the notice to proceed. Offers are to be submitted electronically with specific bond requirements, pricing breakdowns, and supporting documents. A site visit is scheduled, and questions must be submitted by a specified deadline. The estimated project value is between $1 million and $5 million, with a NAICS code of 238210 for small businesses. It emphasizes compliance with federal acquisition regulations, including the need for performance and payment bonds. The document also includes details on inspection, acceptance criteria, and the importance of using local labor. The government maintains the right to cancel the solicitation if funding is not available, underscoring the conditional nature of the award process. This RFP exemplifies the structured approach of government contracting, emphasizing accountability, regulation adherence, and economic opportunity for small businesses.
Apr 25, 2025, 12:11 AM UTC
The document outlines a solicitation for repairing and upgrading the electrical and lighting systems at the Central Heating & Power Plant (CHPP) at Eielson Air Force Base, designated as Project Title: Repair CHPP Electric Panels & Circuits, Phase C. The contractor is required to remove and replace outdated electrical panels and lighting fixtures. The solicitation notes that offers must be submitted electronically by a specified deadline, with details on requirements for performance and payment bonds. A site visit is set for March 19, 2025, and questions are due by March 25, 2025. The project is estimated to cost between $1 million and $5 million, with an anticipated performance period of 365 days. The document specifies compliance with various federal regulations, including small business requirements, inspection protocols, and employee rights under labor laws. It emphasizes the government’s right to cancel the solicitation if funding is not available, highlighting the importance of adherence to legal and administrative guidelines throughout the bidding process. The solicitation is part of the government’s initiative to update aging infrastructure while promoting safety and compliance with federal regulations.
Apr 25, 2025, 12:11 AM UTC
The document outlines the amendment of a federal solicitation, specifically addressing various updates and changes that must be acknowledged by potential contractors. Key modifications include compliance with Class Deviation 2025-O0003 and updates to the North American Industry Classification System (NAICS) code to 238210. Furthermore, the amendment clarifies requirements regarding annual representations and certifications, apprentices and trainees, and subcontracts for commercial products and services. Contractors are instructed to acknowledge receipt of the amendment through specified methods to avoid rejection of their offers. The document maintains that all other terms and conditions of the original solicitation remain unchanged. It also lists applicable clauses and certifications related to small business participation, wage determinations, and equal employment opportunities. The overall purpose is to ensure that contractors are fully informed of changes and compliance requirements related to federal contracting and procurement processes.
Apr 25, 2025, 12:11 AM UTC
The document is an amendment to a federal solicitation for upgrading and modifying the low voltage electrical and lighting systems at Eielson Air Force Base's Central Heat Power Plant. The key purpose of this amendment is to extend the response due date for offers from April 9, 2025, to April 29, 2025, while updating the contract's information. The solicitation requires electronic submissions via email and mandates that bids be password-protected. The project budget is estimated between $1,000,000 and $5,000,000, and it necessitates compliance with various Federal Acquisition Regulations (FAR), including obtaining payment and performance bonds. A site visit is scheduled for March 19, 2025, with questions due by March 25, 2025. The amendment emphasizes that funds are not currently available for the project, and the government reserves the right to cancel the solicitation without obligation to reimburse bidders for submission costs. This solicitation reflects standard federal processes to ensure transparency and compliance in government contracting.
Apr 25, 2025, 12:11 AM UTC
This document outlines an amendment to a government solicitation, extending the deadline for offers from April 29, 2025, to May 13, 2025, and including additional site visit dates and updates to wage determinations. It provides instructions for contractors to acknowledge receipt of the amendment, detailing methods for submission, including acknowledgment within the offer or through separate communication. The amendment modifies contract terms, updates specific clauses related to cost or pricing data, and emphasizes compliance with federal regulations. It includes new provisions regarding apprentices and trainees, specifying allowable wage rates and requirements for registered apprenticeship programs to ensure fair pay and adherence to labor standards. Furthermore, it lists various clauses applicable to subcontracts for commercial products and services, ensuring compliance with ethical standards, labor regulations, and certifications necessary for fair bidding processes. This document serves to inform contractors of essential changes impacting their submissions and contractual obligations as part of the procurement process in federal projects.
Apr 25, 2025, 12:11 AM UTC
The document primarily focuses on government requests for proposals (RFPs) and grants related to federal and state/local projects. It emphasizes the mechanisms for securing funding for various initiatives, outlining the procedures for submitting proposals and the criteria for evaluation. The key elements include understanding eligibility requirements, documenting project objectives, budget planning, and adherence to specific guidelines mandated by funding agencies. Additionally, the importance of collaboration among stakeholders, transparency during the application process, and compliance with legal and regulatory frameworks is underscored. With a structured approach, the document seeks to equip potential applicants with the necessary knowledge and resources to effectively compete for government funding opportunities, enhancing project implementation and community benefits. Overall, it serves to clarify the procedural landscape for entities seeking government support for their projects.
Apr 8, 2025, 8:06 PM UTC
The document in question appears to be a fragmented and largely corrupted text file, potentially related to government requests for proposals (RFPs) or grants at various levels. It lacks coherent sections and meaningful context, making it challenging to extract a clear main topic or systematic ideas. However, along the vague lines present, there are indications of discussions surrounding funding opportunities, proposals, and procedural guidelines for federal and state projects, possibly including environmental assessments or infrastructure upgrades. The document may have intended to provide guidelines, criteria for submission, or funding application processes, but these details are obscured by formatting issues and fragmented data. As such, it emphasizes the need for clarity and error-free documentation in government communications pertaining to RFPs and grants, ensuring easier accessibility and understanding for potential applicants. Due to the corruption of the document, crucial information regarding specific programs, application processes, and funding opportunities is not retrievable. This underscores the importance of preserving the integrity of such documents to facilitate effective dissemination of government resources and initiatives.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
EIE488 - REPLACE GENERATORS AT CHPP, EIELSON AIR FORCE BASE, ALASKA
Buyer not available
The Department of Defense, specifically the Department of the Army through the W2SN Endist Alaska office, is soliciting proposals for the replacement of generators at the Central Heating and Power Plant (CHPP) located at Eielson Air Force Base, Alaska. The project involves the design and replacement of four existing 1,500 KW standby generators and associated electrical equipment, which are critical for providing primary power to the facility. Additionally, the procurement includes inspecting two bulk fuel storage tanks and replacing non-functional fuel gauge equipment, as well as updating signage for the generators and tanks. This opportunity is set aside for 8(a) competitive bidding, with a size standard of $45 million, and interested contractors can contact Mark Corn at mark.r.corn@usace.army.mil or by phone at 907-753-2817 for further details.
EIE439 Fuels Management and Laboratory Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a new Fuels Management and Laboratory Facility at Eielson Air Force Base in Alaska. The project involves demolishing the existing 1,615 square-foot facility and constructing a new 4,014 square-foot facility that will include laboratories, administrative offices, a fuels control center, and various support areas, all designed to enhance operational capabilities while ensuring compliance with safety and environmental regulations. This initiative is part of the 8(a) Program, set aside for small businesses, with an estimated construction cost between $10 million and $25 million. Interested bidders must submit their proposals electronically by May 22, 2025, and are encouraged to attend a site visit on May 2, 2024. For further inquiries, contact Raven Donelson at raven.s.donelson@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.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 the "Repair Airfield Electrical Conduit and Glideslope Systems" project at Andersen Air Force Base in Guam. This project involves a Firm-Fixed-Price construction contract aimed at upgrading electrical systems critical for airfield operations, including the replacement of corroded panels, conduits, and other electrical components to ensure compliance with safety and operational standards. The total estimated cost of the project exceeds $10 million, with a performance period of 532 calendar days, and it is set aside for Historically Underutilized Business Zone (HUBZone) small businesses. Interested contractors must submit proposals electronically by May 2, 2025, and can direct inquiries to Chuck David Flores at chuckdavid.flores@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil.
FTG247 Replace UPS at IDT1, Fort Greely, Alaska
Buyer not available
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.
HV Roundabout
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of high voltage switchgear at the roundabout of Dyess Air Force Base in Texas. The project involves the removal of existing switchgear and the installation of new electrical circuits, requiring contractors to provide all necessary labor, equipment, and materials while adhering to safety and environmental regulations. This procurement is critical for maintaining operational efficiency and safety at the base, with a total small business set-aside to encourage participation from smaller firms. Proposals are due by May 1, 2025, at 2:00 PM, following an optional site visit on April 28, 2025. Interested contractors can reach out to Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or Sydney Fontenot at sydney.fontenot@us.af.mil for further inquiries.
MAF Lagoon Electrical
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the MAF Lagoon Electrical project at Malmstrom Air Force Base in Montana. The project involves the installation of a 208V three-phase electrical power system across eleven Missile Alert Facilities, requiring contractors to provide electrical conduits, conductors, service panels, and other related components. This initiative is a total small business set-aside, with an estimated budget between $250,000 and $500,000, and contractors are expected to complete the work within 154 calendar days after receiving the notice to proceed. Interested parties should direct inquiries to Colleen T. Goad at colleen.goad.1@us.af.mil or Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil, and a pre-proposal visit is scheduled for April 9, 2025, at 3:00 PM MDT.
Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of the Arctic Foundation Building 4002 at Pituffik Space Base in Greenland. The project entails comprehensive repairs, including clearing arctic ducts of debris, installing new dampers, actuators, and motors, and providing additional maintenance stock, all in accordance with detailed specifications and safety regulations. This initiative is crucial for enhancing operational capabilities in extreme environments and ensuring the facility meets necessary standards for functionality and safety. Interested contractors should contact Rene Streander at rene.streander.2.dk@spaceforce.mil or Andrew Lucas at andrew.lucas@spaceforce.mil for further details, with bids due by the specified deadlines outlined in the solicitation documents.
Repairs to Room 107B, B4066 for KC130 OTA #7
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for repairs to Room 107B in Building 4066 at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7434099. The project involves electrical upgrades, including the installation of a ground bar, a surface-mounted electrical panel, emergency power-off switches, and enhanced lighting features, with a completion deadline of 180 days post-award. This initiative is crucial for maintaining and modernizing military facilities to meet operational demands while ensuring compliance with safety and regulatory standards. Interested contractors, particularly those on the M&R MACC list, must submit their proposals electronically by May 22, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further information. The estimated project cost ranges from $25,000 to $100,000, and a bid bond is required based on the proposal value.
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 bids 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 by eliminating existing circuits that cross runways and ensuring compliance with safety and operational standards. The contract, valued between $10 million and $25 million, is set aside for Historically Underutilized Business Zone (HUBZone) small businesses, with a performance period of 548 calendar days. Interested contractors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) by May 7, 2025, and can direct inquiries to Sir Rashaliq Hankerson at sirrashaliq.hankerson@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil.
Repairs to Room 112 Building 4305 for KC130 OTA #6
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Room 112 in Building 4305A at Marine Corps Air Station Cherry Point, North Carolina. This project, designated as Project No. 7434031, involves the installation of electrical infrastructure, including a ground bar, a new electrical panel, and an Emergency Power Off switch, with a target completion date of 60 days post-award. The estimated cost for this procurement is under $25,000, and it is restricted to specific M&R MACC contractors, with proposals due by May 22, 2025. Interested contractors should contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.