CES Repair Communications Infrastructure
ID: W50S7U-24-Q-0003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M6 USPFO ACTIVITY ILANG 183SPRINGFIELD, IL, 62707-5003, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)

Set Aside

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

    The US Department of Defense aims to repair and enhance communications infrastructure at the 183d Wing of the Illinois Air National Guard Base in Springfield. This solicitation, with an estimated value of $25,000-$100,000, seeks a small business to execute electrical upgrades within a tight 59-day timeline. The chosen firm will handle electrical works, including grounding server racks, installing circuits, and a sub-panel, connecting to the existing generator.

    The procurement focuses on efficient execution and timely submissions, with an emphasis on cybersecurity and robust power solutions. Interested vendors must submit price-based offers by the August 15, 2024 deadline for consideration. Meanwhile, the Air Force holds pre-quote conferences and site visits to ensure a comprehensive understanding of the project among potential contractors.

    The project's urgency is highlighted by strict deadlines, while background checks and security measures are enforced for accessing the sensitive site. Furthermore, advanced cybersecurity solutions are sought to safeguard the state's digital infrastructure against persistent threats, with a preferred lightweight, seamless platform. Vendors have until June 15 to submit proposals for this separate but urgent requirement, valued at an estimated $2 million for a two-year term.

    Key contacts and further details can be obtained from the primary contact, Brent D. Keller, whose email is listed as Brent.Keller.1@us.af.mil.

    Files
    Title
    Posted
    The Illinois Air National Guard seeks a contractor to procure specialized test equipment for F110 aircraft engines. The focus is on acquiring a Compressor Vane Positioning Test Equipment unit, which consists of hydraulic and electrical systems. This equipment is required to meet precise specifications, including the ability to rig and position guide vanes for the F110-100/129 engines. The delivery destination is the Illinois Air National Guard Warehouse in Springfield, with a deadline of 52 weeks after award. This equipment must adhere to AF standards, with drawings and specs available from TESTek Solutions. The suggested product is the TESTEK Test Cart PWA50096, as detailed in the TO 33D4-6-617-1 guidelines.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    The primary objective of this procurement is to acquire advanced cybersecurity solutions to enhance the security of the state's digital infrastructure. The focus is on detecting and mitigating advanced persistent threats. The preferred solution should be a lightweight, non-intrusive platform that integrates seamlessly with existing security tools. The state agency seeks a solution that can achieve real-time threat detection and response, with an emphasis on automating threat identification and mitigation. The preferred vendor will provide efficient threat intelligence and continuous monitoring, enabling swift action against sophisticated cyber threats. The scope of work involves implementing and integrating the chosen cybersecurity platform into the existing IT ecosystem. This includes configuring the solution, conducting threat assessments, and providing regular reports and recommendations to the state agency. The contractor will also be responsible for employee training and 24/7 support. The agency emphasizes the importance of interoperability with its current security systems and compliance with industry standards. A fixed-price contract is preferred, with an estimated value of $2 million for an initial two-year term. Vendors will be evaluated based on their solution's effectiveness, cost, and implementation timeline. Interested parties must submit proposals by June 15, with a projected award date of July 30. The agency seeks to have the solution implemented by Q4.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    The procurement objective of this government agency is to acquire a range of electrical and mechanical equipment for a project at 3501 S. 6th St Hwy W. in Springfield. Primarily, this includes various heating and cooling units, such as panelboards, water heaters, condensing units, and fan coil units. The focus is on obtaining high-quality, efficient equipment that meets stringent safety and performance standards. The file provides detailed specifications for each piece of equipment, noting voltage requirements, phase configurations, and quantity needs. For instance, the panelboards are specified as 208/120 V, 3-phase circuits, while the fan coil units have specific design pressure requirements. The agency seeks a diverse range of heating and cooling solutions, including condensing units designed for energy recovery and electric unit heaters. The scope of work implies that the chosen vendor will be responsible for supplying these equipment, with an emphasis on ensuring timely delivery and adherence to the project's timeline. The agency requires a fixed number of each specified item, indicating a straightforward procurement of off-the-shelf solutions. Although the contract details are not explicitly mentioned, the language suggests a traditional procurement process with a potential fixed-price contract. The file also includes a mention of a submission deadline, indicating the agency's urgency in receiving proposals. Evaluation of bids will likely focus on factors like equipment quality, manufacturer reputation, and adherence to technical specifications. Overall, this file represents a comprehensive attempt by the government agency to procure a large array of specialized equipment for a project, with a strong emphasis on technical compliance and timely execution.
    The government agency seeks advanced uninterruptible power systems (UPS) and high-rate series batteries for crucial infrastructure projects. The UPS units should have AC and DC inputs, bypass capabilities, and output power of up to 10 KVA. Specific battery models are required, such as the Valve Regulated Lead Acid Battery with nominal 12 V voltage and 119 Watts/Cell capacity. The batteries must adhere to safety regulations and include warning labels. These factory-installed options are part of a larger system implementation, with the potential for multiple units to be procured depending on the contract outcome. Interested vendors should provide detailed technical specifications and pricing structures for evaluation. The agency emphasizes the importance of robust power solutions to ensure the reliability of essential services.
    The primary objective of this procurement is to repair and upgrade the communications infrastructure within the COMSEC 116 Room, as per the provided Scope of Work (SOW). The focus is on electrical drawings and clarifying work execution, with attention to drop ceilings and security areas. Work hours are specified, and minimal downtime is allowed with prior coordination. The contractor is expected to adhere to the given project completion date. Electrical panels' capacities and grounding requirements for server racks are discussed, with reference to relevant sections in the SOW for further details. This RFI seeks clarification on the amperage of a specific electrical sub-panel ('SR4') to ensure proper feeder sizing. The government entity emphasizes the need for timely responses to these queries as part of the procurement process.
    The U.S. Air Force, through the 183d Mission Support Contracting group, is seeking repairs to the communications infrastructure of Building P-8 at the 183 WG facility in Springfield, IL. The project, with an estimated value between $25,000 and $100,000, will be awarded as a firm-fixed-price contract, exclusively to small businesses. The repair work has a tight timeline, with a performance period of 59 calendar days or less after receiving the notice to proceed. To be considered for this opportunity, interested vendors must submit a complete offer, including signed documents, pricing for all line items, and valid certifications. The submission deadline is August 15, 2024, at 1:00 PM CDT, with offers to be emailed or delivered to the specified address. The basis for the award is price only. Vendors are advised to carefully review the solicitation documents, which are available on the SAM.gov website, and to direct any questions to the provided email addresses, ensuring compliance with the process and deadlines outlined.
    The primary objective of this procurement is to obtain consent forms from contractors and their subcontractors for conducting comprehensive background checks. These forms are essential to facilitate access control and security measures on federal installations, specifically the 183d FW in Springfield, Illinois. The consent forms aim to gather personal identification information and authorize the release of necessary records for criminal history background checks. Contractors and employees will be required to provide details such as full names, dates of birth, driver's license information, and vehicle details. Additionally, they must consent to random criminal history checks while working on federal sites. The forms also serve as a means to ensure contractor compliance with security protocols, including vehicle registration and insurance requirements. Contractors and employees must sign the forms, acknowledging the legality and necessity of these measures for gaining access to federal installations. Key dates include the issue and expiration dates of the consent forms, which are processed by Security Forces.
    The memorandum outlines the minutes of a pre-quote conference and site visit for a government repair project, providing insight into the procurement process. The primary objective is to procure repair services for the communications infrastructure of the 183d Wing in Springfield, Illinois, with a tight period of performance of 59 days or less from the acknowledged date of the Notice to Proceed. During the conference, government representatives, including contracting and engineering specialists, discussed the project specifics and basis for the award. A PowerPoint presentation was provided, covering details such as registration requirements for interested offerors and the process for submitting questions and receiving amendments. The site visit ensured that potential contractors understood the scope and context of the repairs. The procurement focuses on timely and efficient repairs to the communications infrastructure, with the government emphasizing the importance of timely submissions and providing clear channels of communication for questions and clarifications. While specific technical details are not provided, the conference and site visit aim to ensure that contractors have a comprehensive understanding of the project's requirements and context, enabling them to submit competitive and informed quotes for the repair work. Critical dates, including the conference date and the 59-day performance window from the Notice to Proceed, highlight the time-sensitive nature of the repairs. The memorandum also underscores the government's commitment to transparency and fairness in the procurement process by providing equal access to information and directing all communications through the contracting office.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    This document requests interested firms to provide their company information, including company name, address, CAGE code, and DUNS number. It also asks for confirmation of the firm's socio-economic status and bonding capability. Failure to complete the form or provide required documentation may result in the firm being excluded from consideration for the project.
    The procurement objective of this RFP is to hire a contractor to provide construction services for repairing and upgrading the communications infrastructure in Building 8 at the 183d Wing of the Illinois Air National Guard Base in Springfield. The key tasks involve providing materials and labor for improving server rack systems, electrical panels, and UPS batteries while ensuring compliance with codes and environmental regulations. The contractor is responsible for furnishing most items and managing submittals and approvals. Work must be completed within a 59-day period, and a pre-final inspection will be conducted before the final acceptance. This firm-fixed-price contract requires the successful vendor to adhere to strict safety, security, and environmental protocols and provide a 24/7 point of contact. The evaluation criteria are likely to include technical merit, price, and past performance, with a focus on the contractor's ability to meet specialized requirements. Key dates and other administrative details are to be determined.
    The government seeks a firm to execute repairs and enhancements to the communications infrastructure within Building 8 at the 183d Wing Air National Guard Base in Springfield, Illinois. This primarily involves electrical work, such as grounding server racks, adding electrical circuits, and installing a new 125 AMP sub-panel. Connectors will also be made to the existing generator. The successful bidder will provide materials, equipment, and labor, adhering to the Statement of Work and site requirements. This Firm Fixed Price (FFP) contract has a 59-day performance period, with key dates including a pre-bid conference/site visit and a quote submission deadline of August 15, 2024. The project is designated for small businesses, and bidders must comply with various certifications and disclosure obligations related to telecommunications equipment and services. Evaluation will consider only price-related factors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    COB RF/Conduit Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of shielded RF cables and conduit at Whiteman Air Force Base, Missouri. The contractor will be responsible for providing all necessary labor, equipment, and materials to install RF cables from the ACS lab patch panel to the roof cabinet in building 38, in support of B-2 operations. This project is critical for enhancing communication systems within military operations, ensuring operational readiness and compliance with RF regulations. Interested small businesses must submit their quotes by September 18, 2024, at 3:00 PM CST, to the designated contacts, with all submissions requiring a validity period of 60 days and adherence to federal acquisition regulations.
    Construct Redundant Electrical Supply, Buckley SFB, CO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a redundant electrical supply at Buckley Space Force Base in Colorado. The project aims to replace aging cable and switchgear, install a new backup commercial power feed, and enhance the facility's resiliency in accordance with Uptime Institute Tier IV Standards. This initiative is critical for eliminating single points of failure that could jeopardize mission reliability. Interested small businesses are encouraged to reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or call 402-995-2584 for further details, as the project is set aside for total small business participation under SBA guidelines.
    183 CES Repair Fire Suppression Building 15
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Army, is seeking a contractor to provide repair services for the fire suppression system in Building 15 at the 183d Wing, Illinois Air National Guard Base in Springfield, Illinois. The existing system is in disrepair and does not meet state and federal code restrictions. The contract duration is 180 days, and the project is set aside 100% for Small Business. The estimated value of the project is between $500,000 and $1,000,000. Interested contractors must be registered in SAM and can access the solicitation and associated information on the Contract Opportunities website. The tentative date for issuing the solicitation is late May 2024, with a pre-bid conference scheduled for early-mid June 2024.
    820 RHS Circuit Sectionalizers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of five electrical sectionalizers under solicitation number F3GHBA4208AW02. The contract, anticipated to be a Firm Fixed Price (FFP), requires delivery to Nellis Air Force Base in Nevada within 90 days after receipt of order, emphasizing the need for compliance with specific technical specifications and quality assurance standards. These sectionalizers are critical components for electrical systems, ensuring safe and efficient operation within military facilities, and must meet the detailed requirements outlined in the associated documents. Interested vendors must submit their electronic quotes by September 23, 2024, including all necessary specifications and registration details in the System for Award Management (SAM), to Amber Rivera at amber.rivera.2@us.af.mil.
    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.
    183 CES Construct Tower Foundation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, is seeking a construction service for the 183 CES Construct Tower Foundation in Springfield, Illinois. The service involves the construction of reinforced concrete foundations to support a truss type communications tower. The contract duration is 59 days, and the project is set aside 100% for Small Business. The NAICS code for this project is 236220, with a size standard of $45,000,000. Interested contractors are encouraged to attend the pre-bid conference and site visit. The tentative date for issuing the solicitation is late May 2024, and the bid opening date is tentatively scheduled for mid-late June. Interested offerors must be registered in SAM.gov to access the solicitation and associated information. The official plans and specifications will be available on the Contract Opportunities website.
    Sustain Overhead Electrical DMAFB
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking bids for the sustainment and replacement of overhead electrical systems at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the repair and replacement of utility poles, cross arms, and air break switches, with a focus on enhancing the reliability and capacity of the electrical distribution system. This procurement is critical for maintaining operational efficiency and safety at the base, ensuring that electrical infrastructure meets military standards. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their Expression of Interest by August 14, 2024, with a site visit scheduled for September 4, 2024, and proposals due by September 19, 2024. For further inquiries, contact Michael Ginyard at michael.ginyard@us.af.mil or Joshua Drawdy at joshua.drawdy.2@us.af.mil. The estimated contract value ranges from $500,000 to $750,000, with a project duration of approximately 287 days.
    Construction of JMTC Substation A Repairs at Rock Island Arsenal, IL
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build project of the Joint Manufacturing Technology Center (JMTC) Substation A at Rock Island Arsenal, Illinois. The project involves designing and constructing a new substation, including the relocation of existing utilities, demolition of the old structure, and the integration of advanced features such as cybersecurity systems. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated contract value ranging from $10 million to $25 million. Proposals are due by 1:00 PM Eastern Time on September 17, 2024, and must be submitted electronically to Jacob S. Pridemore at jacob.s.pridemore@usace.army.mil, with a requirement for bonding and insurance as outlined in the solicitation documents.
    Delta 9 Great Lakes Server Racks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Great Lakes Server Racks to be delivered to Schriever Space Force Base in Colorado. This requirement aims to enhance Delta 9's IT infrastructure by establishing baseline server rack configurations that reduce power consumption and optimize physical space. The procurement is set aside for small businesses under NAICS code 334118, with an estimated delivery timeline of 60 days post-award. Interested vendors must submit their quotes by September 23, 2024, ensuring compliance with the Trade Agreement Act (TAA) and providing necessary registration details, with evaluations based on price and technical acceptability. For further inquiries, vendors can contact John A. Hughes at john.hughes.31@us.af.mil or Evan Eschenburg at evan.eschenburg.1@spaceforce.mil.