Parking Lot Lighting Replacement at Berry-Rosenblatt AFRC, West Hartford, CT
ID: W15QKN-24-Q-A002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

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 proposals for the replacement of parking lot lighting at the Berry-Rosenblatt Armed Forces Reserve Center (AFRC) in West Hartford, Connecticut. The project entails the complete removal of existing lighting fixtures and installation of new solar-powered LED systems, including all necessary electrical work, materials, and labor, to enhance safety and sustainability in the facility's lighting infrastructure. This initiative is crucial for improving public safety and energy efficiency while adhering to federal, state, and local regulations. Interested contractors must submit their proposals electronically by 3:00 PM EST on September 13, 2024, and are encouraged to attend a site visit on August 29th and 30th, 2024, to assess the work area. For further inquiries, contact Emily Schlee at emily.schlee.civ@army.mil or John Keelan at john.j.keelan.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses contractor inquiries regarding the replacement of existing parking lot lighting with solar-powered LED fixtures. The current high-pressure sodium lights are to be disconnected from the existing electrical service panel, and the project aims for a stand-alone solar lighting system without the need to reuse existing wiring or conduits. Key specifications include a color temperature of 4000K, a minimum foot-candle requirement of two, and the installation of poles at a height of 25 feet using polycrystalline solar panels. The solar lighting must feature battery storage capacity between 624 Wh to 1248 Wh and must include photo-sensing controls. There is no requirement for surge protection, integration with existing systems, or specific brand preferences for the lighting fixtures. The contractor is responsible for ensuring the system's functionality and providing a one-year warranty post-installation, with a five-year battery manufacturer warranty. The document ensures clarity on requirements and expectations, facilitating contractor participation in the RFP process while emphasizing compliance with local disposal regulations for the existing fixtures.
    The document outlines the specifications for a contractor tasked with replacing parking lot lighting at the Berry-Rosenblatt AFRC in West Hartford, CT. The contractor is responsible for providing all necessary labor, materials, and equipment to replace eighteen existing light poles with new solar-powered LED lighting systems. Key requirements include compliance with federal, state, and local regulations, verification of all measurements before work begins, and a comprehensive quality control system. The project must be completed within 120 calendar days, adhering to designated work hours and security protocols. The contractor must also develop and submit a site safety plan, manage hazardous materials appropriately, and keep the work area clean and safe. The document emphasizes the importance of communication with government representatives and thorough documentation of processes and materials used. This initiative showcases the government's commitment to sustainable practices and safety in public infrastructure projects.
    The West Hartford government is seeking proposals for the replacement of existing lighting infrastructure with solar-powered LED systems as detailed in the Solar POV Lighting RFP (CT011). The project includes the installation of a total of 18 solar light poles, consisting of 11 single-armed systems and 7 twin-arm systems. The purpose of this initiative is to enhance public lighting while promoting sustainability through the use of solar energy. The document emphasizes the need for efficient, modern lighting solutions that align with environmental goals. The reference to the "Current Picture" suggests a focus on visual documentation, potentially illustrating existing lighting conditions that necessitate upgrading. Overall, the RFP reflects a commitment to improving municipal infrastructure with renewable energy sources, contributing to both aesthetic and functional enhancements in public spaces.
    The document outlines the Request for Proposal (RFP) regarding the replacement of parking lot lights and the establishment of a payment and performance bond, assigned CLIN 0001 and CLIN 0002 respectively. It details the specifications for labor, equipment, and material necessary for the project, requiring skill sets and an estimated number of labor hours. The financial breakdown includes unit costs for labor and materials, overhead, and profit margins, culminating in a grand total for both CLINs. The structure emphasizes accountability by outlining subtotal, total costs, and the associated financial commitments for the general contractor. This RFP is essential for ensuring a standardized approach to project bids, optimizing cost management, and guaranteeing performance completion in compliance with federal and local contracting standards.
    The document outlines wage determination for building construction projects in Hartford County, Connecticut, as specified under the Davis-Bacon Act and relevant Executive Orders. It details the minimum wage rates that contractors must adhere to when contracting for federal projects initiated or renewed after January 30, 2022, which is set at $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the rate is $12.90 per hour. The document provides a comprehensive list of classifications and corresponding wage rates for various labor categories, such as electricians, plumbers, and carpenters, including their respective fringe benefits. It emphasizes the obligation of contractors to submit requests for additional job classifications not listed and references Executive Order 13706 for paid sick leave provisions for contractors. The appeal process for wage determinations is also detailed, outlining steps from initial decision review to the final judgment by the Administrative Review Board. This document serves as a critical guide for contractors seeking federal funding or engaging in state and local RFPs, ensuring compliance with labor standards and wage laws in construction projects.
    The document serves as a Request for Quote (RFQ) for the project CSS# 91090, concerning Parking Lot Lighting in West Hartford, CT. It outlines critical instructions for offerors, emphasizing compliance with the Statement of Work (SOW), wage determination, and solicitation terms. The estimated project value ranges from $100,000 to $250,000, with a mandatory performance period of 120 calendar days post-Notice to Proceed. Offerors are encouraged to conduct site visits on specified dates and must schedule these visits through designated points of contact. Questions must be submitted via email before the deadline, and both technical and price proposals are due electronically by 3:00 PM EST on September 4, 2024. The government intends to make a single award based on the lowest acceptable price and proposals deemed responsive to the specifications. Required payment protections such as bonds are mandated for contracts over specified values. The document stresses the importance of adherence to schedules and the consequences of proposed delivery changes, reinforcing the necessity for accurate and realistic planning in proposals.
    The government solicitation W15QKN24QA002 seeks bids for the replacement of parking lot lighting at Berry-Rosenblatt AFRC in West Hartford, CT. The contractor is required to complete the project within 120 calendar days after receiving a notice to proceed, with a mandatory performance period of 10 calendar days for commencement of work. Offers must be submitted in sealed format, adhering to specific requirements, including performance and payment bonds for contracts exceeding $35,000. The contract is structured with firm fixed pricing, and proposals must comply with various federal regulations and clauses, particularly regarding labor standards and the Buy American Act, mandating the use of domestic construction materials. Contractors are obligated to ensure quality control, and the government reserves rights for inspections and acceptance of work according to predefined standards. This solicitation highlights the government's intent to maintain compliance with procurement regulations while delivering essential infrastructure upgrades.
    The document is an amendment related to a government solicitation and outlines modifications in the receiving timelines and procedures for offers. It specifies that offers must acknowledge receipt of this amendment by returning copies, acknowledging it on the offer, or via separate correspondence before the deadline. Any changes to previously submitted offers may be communicated as long as they reference the solicitation and amendment. The document also highlights that changes outlined in the amendment will not alter the overall terms unless specified. Furthermore, it mentions the addition of attachments, specifically answers to offeror questions. The clear purpose of the amendment is to ensure all parties are informed of procedural changes and maintain the integrity of the solicitation process.
    The document is an amendment to a government solicitation, specifically to acknowledge changes in submission deadlines and procedures for an RFP (Request for Proposal). The amendment extends the due date for offers from September 9, 2024, to September 11, 2024. It outlines the necessary actions contractors must take to acknowledge the amendment, including returning copies of the amendment or incorporating acknowledgment on their offer submissions. The details provided highlight modifications in the contract/order number and specifics regarding the requirements for submitting changes to existing offers. The document emphasizes adherence to federal regulations regarding proposal submissions, ensuring all parties are informed and compliant with the updated timeline and procedures. It reflects the federal government’s structured approach in managing solicitations and maintaining the integrity of the offer process.
    The document is an amendment notice for a federal solicitation, which updates key terms related to an RFP (Request for Proposals) and contract modifications. The amendment extends the offer submission deadline from September 11, 2024, to September 13, 2024. It provides detailed instructions for acknowledging receipt of the amendment, emphasizing that failure to acknowledge it could lead to the rejection of offers. The amendment also specifies that changes made do not alter other terms and conditions of the original solicitation or contract. The document includes contact details for the contracting officer and outlines administrative changes without affecting the substantive content of the solicitation or contract. This amendment reflects standard practices in government procurement processes, ensuring compliance and communication between contractors and the government.
    The document addresses the availability of a geotechnical report for a site intended for the installation of new light poles. It notes that new concrete bases will be required due to differences in bolt size and pattern compared to the previous installations. The emphasis is on the need for proper foundation design to ensure safety and stability of the new light poles. The context indicates this information could play a critical role in local or federal RFPs (Requests for Proposals) related to infrastructure projects, particularly in ensuring compliance with engineering specifications and operational effectiveness in public works. It highlights the importance of up-to-date assessments for successful execution of governmental projects.
    Lifecycle
    Similar Opportunities
    Security Lighting Upgrade
    Active
    Dept Of Defense
    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.
    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.
    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.
    Electric Power Resiliency - Bldg. 16 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 16, DDJC. The project requires contractors to furnish all labor, management, supervision, tools, materials, equipment, and transportation to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This initiative is crucial for enhancing energy resilience at the facility and is set aside exclusively for small businesses, with an estimated contract value between $1,000,000 and $5,000,000. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and all inquiries should be directed to Paul Holbert at paul.holbert@dla.mil by the specified deadlines.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    FURNISHED DWELLING UNITS FOR UNACCOMPANIED TRANSIENT MILITARY PERSONNEL IN GROTON, CT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, is seeking to lease fully furnished dwelling units for unaccompanied transient military personnel in Groton, Connecticut. The procurement aims to provide housing for up to 30 personnel, starting with an initial request for six units, to support the Columbia Program Office at General Dynamics, Electric Boat. This initiative is crucial for ensuring adequate living conditions for military personnel stationed in the area, reflecting the government's commitment to their welfare. Interested offerors must submit their proposals by September 16, 2024, with occupancy anticipated to begin on December 1, 2024, and the contract will span a two-year period, with potential renewals based on operational needs. For further inquiries, contact Ryan Plessinger at Ryan.a.plessinger.civ@us.navy.mil or Orlando Johnson at orlando.l.johnson6.civ@us.navy.mil.
    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.
    Information System Facility Phase II
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of Phase II supporting facilities for the previously awarded Information Systems Facility at Fort Worth. This project encompasses the development of an Administrative Facility, Organizational Vehicle Parking Lot, Parking Lot Lighting, Covered Storage Building, extension of Kentucky Avenue, landscaping, and all associated site work outside the 5-foot line of supporting facilities. The construction is vital for enhancing operational capabilities and infrastructure at the site. Proposals are due by September 18, 2024, at 2:00 PM, and interested parties can contact Vernon Valigura at vernon.n.valigura2@usace.army.mil or Robert Buchanan at robert.e.buchanan@usace.army.mil for further information.
    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.