Presolicitation for Electrical Systems-Inspections, Testing, Construction, Maintenance and Repairs
ID: FA4484Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 19, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FA448425R0006 contract, which focuses on electrical systems inspections, testing, construction, maintenance, and repairs at Joint Base McGuire-Dix-Lakehurst (JB-MDL), New Jersey. This Indefinite Delivery Indefinite Quantity (IDIQ) contract is set aside for Total Small Businesses and encompasses a range of services including the repair and replacement of electrical systems, with a project magnitude valued between $500,000 and $1 million. The contract will include a one-year base period with four optional years and a possible six-month extension, emphasizing the importance of compliance with safety and environmental regulations throughout the project. Interested contractors should contact Sean A. Burney at sean.burney.1@us.af.mil or 609-754-4861 for further details, and must submit their proposals by the specified deadlines following the guidelines outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 9:04 PM UTC
The Joint Base McGuire-Dix-Lakehurst (JBMDL) is issuing an Indefinite Delivery Indefinite Quantity (IDIQ) contract for electrical services through a detailed Statement of Work prepared by the 787th Civil Engineer Squadron. This IDIQ contract encompasses a wide range of services, including inspection, testing, troubleshooting, constructing, and maintaining various electrical systems, such as medium voltage distribution, interior and exterior lighting, and fire alarm systems. Ensure adherence to stringent safety, quality control, and government standards across all tasks. Projects will be defined by individual Task Orders, emphasizing compliance with existing regulations and local utility requirements. Contractors must submit detailed proposals, including schedules and cost breakdowns, and attend mandatory site visits to familiarize themselves with existing conditions. The contract underscores the importance of communication with the government for utility outages and precautions around excavation work. A strong emphasis is placed on safety, quality assurance, and closing adherence to environmental regulations, ensuring all work meets stipulated performance and approval standards. Any unforeseen issues must be addressed promptly, with clear guidelines for documentation throughout the project lifecycle. This initiative aims to enhance JBMDL's electrical infrastructure while ensuring operational efficiency and safety.
Apr 3, 2025, 9:04 PM UTC
The document outlines the ordering procedures for Task Order Request for Proposals (TORFPs) in government contracting. Key aspects include the issuance of TORFPs by the Contracting Officer (CO) detailing project requirements, evaluation methods, and mandatory site visits. Contractors must respond with Task Order Proposals that provide a price proposal and a Schedule of Values following the Construction Specifications Institute format, which breaks down costs among major work segments. Response timelines vary: a normal requirement allows a maximum of 21 calendar days, while a quick requirement allows 7 calendar days, both subject to CO discretion. Site visits will occur to clarify scope and assess existing conditions, with detailed questions on the site to be submitted within five days post-visit. The CO will finalize the scope by amending the TORFP based on these inquiries. The document reinforces the structured approach essential for effective project management in government contracts.
The document outlines a request for proposals (RFP) related to the repair and upgrade of primary pad-mounted switchgear at SUSTATION 3, requiring contractor participation to deliver various electrical services. The project encompasses multiple line items (CLINS), including labor, equipment, materials, testing, programming, and necessary excavation and backfill work. The primary tasks involve replacement of existing switchgear units, the establishment of new concrete pads and ground loops, and updating the network diagrams for the distribution system to reflect repair work. Specific bid options for additional switchgear units are also addressed, detailing similar requirements for repairs and testing. Significant considerations for contractors involve the potential need for excavation and remediation of unidentified utilities or structures discovered during the project. Overall, this RFP serves as a guide for contractors to provide compliant and comprehensive proposals aligned with government specifications and project schedules, aiming to ensure the reliable operation of electrical infrastructure.
Apr 3, 2025, 9:04 PM UTC
The document outlines the medical care policy for contract employees at the 87th Medical Treatment Facility. It states that urgent health care will be provided for contract employees facing injuries while on duty, ensuring lifesaving and pain-relieving treatment. However, the costs incurred for such medical care are the responsibility of the contract employee and will not be covered by the Air Force or the Government. If a contract employee cannot pay at the time of discharge, a billing statement and letter of indebtedness will be issued, and an accounts receivable record will be created. Timely notification to their medical insurance is required from the contract employee to facilitate potential payments. Importantly, outpatient care received during a natural disaster is exempt from charges. The document emphasizes the financial responsibilities of contract employees regarding medical treatment access while clearly defining the procedure for handling medical billing and insurance communication.
Apr 3, 2025, 9:04 PM UTC
The file in question appears to be a restricted PDF document, making its content inaccessible for analysis. However, the context suggests it relates to federal government RFPs (Requests for Proposals) and grants, as well as relevant state and local RFPs. Such documents are typically structured to outline funding opportunities for various projects, requiring detailed proposals from eligible organizations or entities. RFPs usually contain essential information such as eligibility criteria, project objectives, budget limits, timelines, and submission guidelines. Given the context, the purpose of this document likely revolves around soliciting proposals for specific projects or initiatives that align with government priorities, thus enabling the allocation of federal and state resources. This process aims to encourage innovation, enhance public services, and ensure compliance with regulations and standards. A deeper examination of the content in a compatible format would provide further clarity on specific programs or funding available. As it stands, an understanding of its role within government contracting processes is clear, but direct insights from the document remain unattainable due to its protected status.
The purpose of this Statement of Work (SOW) is to outline the requirements for the repair and replacement of selected pad-mounted switchgear in the Sub3 Area at Joint Base McGuire-Dix-Lakehurst, New Jersey. The contractor is responsible for providing labor, materials, and equipment to inspect, test, maintain, and repair electrical systems within a 540-day timeframe. All work must comply with applicable standards and regulations, ensuring safety and quality. Key activities include site visits to verify existing conditions, scheduling work to minimize service disruptions, and conducting electrical shutdowns during off-hours. Contractors must coordinate with government personnel, ensuring all personnel have proper base entry credentials and comply with security protocols. The project entails the demolition of existing switchgear, installation of new equipment, and ground loops, including comprehensive testing of systems to assure functionality. The use of S&C Electric Company Vista SF6 insulated switchgear is specified, detailing features and installation requirements. Overall, the SOW establishes a comprehensive framework for the contractor's responsibilities, compliance with specific standards, and the execution of quality assurance during the repair and installation processes at the base.
The document outlines references to specific federal and state procurement codes or identifiers associated with various government-related procurement processes. The repeated mention of codes like SCA1, SCB1, SCFDRE1, and SW2919 suggests a focus on distinct categories or types of requests for proposals (RFPs) and grants. Each code likely relates to different sectors or project types within the framework of federal and state-level solicitations. This redundancy may indicate ongoing or multiple initiatives in procurement aimed at soliciting bids or proposals for government-funded projects. The document's structure lacks detailed context or content, focusing solely on the identifiers, possibly intended for internal reference or categorization of active and forthcoming procurement opportunities relevant to agencies. Clarifying the specific nature of each identifier would enhance understanding of the associated projects and their objectives within the government RFP landscape.
The document outlines compliance requirements for the PTFL2024 project, focusing on the repair of selected pad-mounted switchgear at MAFB. It delineates various submittals necessary from the contractor, including a Quality Assurance Plan, project schedules, and real property records. Each submission is accompanied by its required timeline relative to the Notice to Proceed (NTP) or project completion. Key submissions include the monthly project schedule, electrical systems identification, and as-built drawings, which need to be provided at specified project milestones. Emphasis is placed on the completion of necessary documentation before the final payment, underscoring the meticulous nature of the project’s oversight. This structured approach ensures that all aspects of the project adhere to federal compliance standards, aiding in effective project management and accountability.
Apr 3, 2025, 9:04 PM UTC
The document serves as a Past Performance Questionnaire for evaluating a firm considered for an Indefinite Quantity Indefinite Delivery (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst, New Jersey. The purpose is to collect feedback on the past performance of the contractor in areas relevant to the potential contract, such as performance quality, management effectiveness, timeliness, and overall satisfaction with the contractor's services. The questionnaire requests specific information, including the offeror’s details, contract information, and performance ratings on a scale of 1 to 5, ranging from exceptional to unsatisfactory. It also prompts specific questions regarding any prior issues like contract terminations or poor performance notifications. Respondents are encouraged to provide comments justifying the ratings for clarity. The successful completion of this questionnaire is vital for assessing the contractor’s reliability and capability, contributing to informed decision-making in awarding federal contracts, which aligns with government standards and regulations surrounding RFPs and grants.
The document discusses guidelines and requirements relevant to requests for proposals (RFPs) and grants at both federal and state/local levels. It emphasizes the importance of presenting clear and detailed project narratives, budgeting specifications, and compliance with applicable regulations to ensure effective submission and successful funding outcomes. Key sections address the evaluation criteria for proposals, which include project feasibility, potential impact, and alignment with governmental priorities. Additionally, the document outlines the submission process, deadlines, and necessary documentation to facilitate review and approval by evaluators. It also notes the significance of adhering to established standards and legislation relevant to grant allocations, thereby reinforcing transparency and accountability in the funding process. This comprehensive guidance serves as a resource for applicants seeking to navigate the complexities of federal and state/local RFPs and grants, fostering well-structured proposals that meet the outlined expectations.
Apr 3, 2025, 9:04 PM UTC
The solicitation outlines the Federal Government's intent to award a multiple award task order contract for construction services at Joint Base McGuire-Dix-Lakehurst (JBMDL), covering one base year and four optional years, with potential extensions. It requires all proposals to be submitted electronically, emphasizing compliance with solicitation requirements, including terms, conditions, and technical specifications. Collaborating entities must submit joint venture or teaming agreements alongside proposals, detailing responsibilities and agreements between parties. Past performance on relevant contracts and the provision of performance bonds are critical evaluation factors. The proposal must be divided into three volumes: contract documents, past performance, and price, with clear formatting and content requirements outlined. All submissions must be complete, coherent, and adhere strictly to predefined limits and guidelines. This RFP reiterates the Government's commitment to transparency, competition, and thorough evaluation processes, ensuring that all interested contractors understand the extensive prerequisites necessary for submitting a qualified proposal for construction services at JBMDL. Compliance is essential for eligibility and award consideration.
Apr 3, 2025, 9:04 PM UTC
The document outlines the environmental compliance obligations for contractors bidding on projects associated with the Air Force. It emphasizes that offerors must adhere to all relevant federal, state, and local environmental laws, particularly those affecting Air Force activities or properties. The Air Force is proactive in investigating environmental violations and works alongside civil authorities to enforce compliance and remediate issues. Noncompliance may lead to serious consequences for contractors, including criminal and civil penalties, and potential sanctions such as contract termination, suspension, debarment, or unfavorable assessments regarding past performance. The text underscores the importance of environmental regulations in federal contracting and emphasizes the need for contractors to maintain adherence throughout their operations.
The Antiterrorism Guide for Contractors, published by the Department of the Air Force on February 1, 2022, outlines essential directives for contractors operating at Joint Base McGuire-Dix-Lakehurst (JB MDL). The primary focus is on ensuring the safety and security of personnel, installations, and resources against potential terrorist threats. Contractors and their personnel are required to understand and comply with Department of Defense (DoD) antiterrorism standards, including participation in mandatory Antiterrorism Level I Training. The guide emphasizes the importance of vigilance through the “See Something-Say Something” initiative, encouraging reporting of suspicious activities via established hotlines and contact points. Details of what constitutes suspicious activity, including surveillance, elicitation of information, and preparations for a terrorist act are outlined, alongside specific actions to take when such incidents are observed. Force Protection Conditions (FPCON) and their requirements are detailed, ranging from normal security measures to heightened alert levels based on perceived threats. The guide reflects a proactive stance on safeguarding individuals and facilities while engaging contractors in the broader context of national security during their operational duties. This initiative aids in reinforcing the military's commitment to maintaining a secure environment amid evolving threats.
Apr 3, 2025, 9:04 PM UTC
The solicitation FA448425R0006 pertains to a construction and maintenance contract for electrical systems at Joint Base McGuire-Dix-Lakehurst, NJ. The project, designated as an Indefinite Delivery Indefinite Quantity (IDIQ), is specifically set aside for Total Small Businesses, with an expected minimum of three awards. The contract will include a one-year base period with four additional option years and a possible six-month extension. Key requirements for bidders include bid guarantees, performance and payment bonds, and adherence to safety and inspection processes, guided by the attached Statement of Work. The magnitude of the seed project is valued between $500,000 and $1,000,000, requiring structured proposal submission and clarity on pricing. The government aims to ensure transparency and compliance with relevant federal acquisition regulations, emphasizing the importance of small business participation in federal contracting efforts. A notable site visit for potential bidders is scheduled before the bid submission deadline.
Lifecycle
Similar Opportunities
FY25 Concrete and Paving Recompete
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Concrete and Paving Recompete project at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This procurement involves providing all necessary labor, materials, equipment, and permits for concrete and paving tasks, including the repair of existing concrete and installation of new work, asphalt paving, excavation, and associated utility work, as specified by individual task orders. The contract is set aside for total small business participation, with an anticipated maximum expenditure of $49.5 million over a base year and up to four optional years, aiming to enhance infrastructure while adhering to federal regulations. Interested contractors must submit their proposals electronically through SAM.gov, with inquiries directed to Erin Schoenenberger or Dana Wright, and a mandatory site visit is required prior to proposal submission.
Vertical Lifting Fabric Hangar Doors Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and repair services for vertical lifting fabric hangar doors at Joint Base McGuire-Dix-Lakehurst, New Jersey. The procurement aims to ensure the operational reliability and safety of these hangar doors through comprehensive management, inspections, and repairs, as outlined in the Performance Work Statement. This contract is critical for maintaining the functionality of essential equipment used in military operations, reflecting the importance of safety and compliance with regulations. The solicitation is expected to be released around April 15, 2025, with a total small business set-aside, and interested parties should contact Adam Donofrio or Ramnarine Mahadeo for further information.
MAF Lagoon Electrical
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the MAF Lagoon Electrical project at Malmstrom Air Force Base in Montana. The project aims to install a 208V three-phase electrical power system across eleven Missile Alert Facilities, which includes the installation of electrical conduits, conductors, service panels, and other essential components. This procurement is a total small business set-aside, with an estimated budget between $250,000 and $500,000, and requires completion within 154 calendar days from the notice to proceed. Interested contractors should attend a pre-proposal visit on April 9 at 3:00 PM MDT and can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further details.
Industrial Heating and Cooling Water Treatment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Industrial Heating and Cooling Water Treatment Services at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The procurement aims to secure comprehensive water treatment services to protect the base's heating and cooling systems from corrosion and biological fouling, ensuring operational efficiency and compliance with safety standards. This contract, valued at approximately $41 million, will be awarded under a Total Small Business Set-Aside, with a performance period spanning a base year and up to four additional option years. Interested contractors should direct inquiries to Latisha Bourdeau at latisha.bourdeau.1@us.af.mil or Melody Ciulo at melody.ciulo@us.af.mil, with proposal submissions due by March 2025.
Manufacturing Lab Addition Between B331 B332 and Renovations, Lakehurst Naval Base, Joint Base-MDL, New Jersey
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking bids for a construction project at Lakehurst Naval Base, part of Joint Base-MDL in New Jersey. The project involves the construction of a new 5,178 square foot manufacturing lab addition between two existing laboratory buildings, along with necessary renovations to those buildings, including asbestos remediation and utility relocations. This initiative is crucial for enhancing collaborative space for prototype, manufacturing, and engineering operations, with a contract value estimated between $5 million and $10 million. Interested small businesses must submit bids by the specified deadlines, with the solicitation expected to be advertised in April 2025 and contract award anticipated by June 2025. For further inquiries, contact Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil.
138 FW Repair Central and South Base Primary Electrical
Buyer not available
The Department of Defense, through the Army National Guard, is soliciting bids for the South Base Primary Electrical Upgrade project at the Tulsa Air National Guard Base in Oklahoma. This project involves the replacement of the underground electric distribution system serving multiple facilities, with a focus on ensuring compliance with local, state, and federal regulations while enhancing the base's operational capabilities. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $1 million and $5 million, and funding is expected to be available prior to the award. Interested bidders should note the pre-bid conference on April 10, 2025, and the solicitation closing date on May 5, 2025, while all inquiries must be directed to Joshua Kingori or Frank Friedl at 138.FW.MSC@us.af.mil.
KAFB - Repair Substation 21
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the repair of Substation 21 at Kirtland Air Force Base in New Mexico. The project entails the removal and reconstruction of power lines and wooden poles along a perimeter fence, with a focus on enhancing safety and reliability in power distribution to the access road. This initiative is critical for maintaining operational functionality and accessibility, as it involves the installation of 34 wooden poles over approximately 0.8 miles, addressing safety concerns related to erosion and instability of existing structures. Interested contractors must comply with the requirements outlined in the solicitation, which is anticipated to be released around April 9, 2025, with a contract value estimated between $1 million and $5 million. For further inquiries, potential offerors can contact SrA Edward Shults at edward.shults@us.af.mil or Mr. Zachary Laurenz at zachary.laurenz.1@us.af.mil.
SXHT 12-1092 Repair Emergency Power SFS B1319
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the project titled "SXHT 12-1092 Repair Emergency Power SFS B1319" at Patrick Space Force Base in Florida. This project aims to enhance the electrical load capacity at Facility 1319 by installing new electrical components, including an 800A automatic transfer switch, while ensuring minimal disruption to ongoing operations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a magnitude between $500,000 and $1 million, and the performance period is scheduled for 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 18, 2025, and can direct inquiries to 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the 610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ) contract. This procurement aims to secure commercial services for the operations, maintenance, and repair of Non-Real Property equipment, ensuring that the functionality and integrity of the 610 CACS missions are upheld through effective life cycle maintenance practices. The contract will be awarded as a firm-fixed price IDIQ with a five-year ordering period, and it is exclusively set aside for 8(a) small businesses, with quotes due by April 25, 2025, at 4:00 PM Mountain Standard Time. Interested parties should direct inquiries to Megan Middleton at megan.middleton.5@us.af.mil and ensure they are registered in the System for Award Management (SAM) to be eligible for award.
HV Roundabout
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the HV Roundabout project at Dyess Air Force Base in Texas. The contractor will be responsible for providing all necessary labor, equipment, and materials to establish new electrical circuits to switchgear at the roundabout, ensuring compliance with OSHA standards and minimizing disruptions to normal operations. This project is crucial for maintaining the electrical infrastructure at the base and is set aside exclusively for small businesses, with an estimated budget between $100,000 and $250,000. Interested contractors must submit their bids by April 11, 2025, at 2:00 PM CST, and are required to attend a site visit on April 4, 2025; for further inquiries, they can contact Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or Sydney Fontenot at sydney.fontenot@us.af.mil.