FA448425R0006 Solicitation 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 23, 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 an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on electrical systems inspections, testing, construction, maintenance, and repairs at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement is specifically set aside for small businesses, with the expectation of awarding a minimum of three contracts over a five-year period, including a base year and four optional extensions, with a total contract value capped at $66 million. The services required encompass a wide range of electrical tasks, including inspection, maintenance, and repair of electrical systems, which are critical for ensuring the operational efficiency and safety of military installations. Interested contractors must submit their proposals by May 19, 2025, and are encouraged to contact Sean A. Burney at sean.burney.1@us.af.mil or Dana Wright at dana.wright.6@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 23, 2025, 6:09 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 23, 2025, 6:09 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 23, 2025, 6:09 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 23, 2025, 6:09 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 document outlines the Electrical One Line Schematic and Electrical Layout for the primary electrical distribution system at the Joint Base McGuire-Dix-Lakehurst in Wrightstown, New Jersey, under Project MCGU-09-F-2889 and Contract FA8903-08-D-8766 from the Department of Air Force's Air Mobility Command. It includes detailed schematics for substations and electrical infrastructure, highlighting various components such as transformers, substations, road layouts, and fire training facilities. The document serves as a technical reference for contractors involved in federal projects, ensuring standard compliance and safety measures in the installation and maintenance of electrical systems. Furthermore, it emphasizes adherence to relevant guidelines and the integration of multiple systems across the base, reflecting the commitment to reliable and efficient utility management in a military setting.
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 23, 2025, 6:09 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 23, 2025, 6:09 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 23, 2025, 6:09 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 23, 2025, 6:09 PM UTC
The Construction Management official meeting was scheduled for April 17, 2025, at 1300 hours, with the purpose of a solicitation site visit for the SEED project, specifically focusing on replacing switches in the Electrical Distribution System Sub 3 Area. Various representatives from different companies attended, including project managers and contractors from organizations such as 787 CES, TRUQ Solutions, and EGAR Engineering. The meeting aimed to facilitate collaboration and information sharing among the stakeholders involved in this project.
Apr 23, 2025, 6:09 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.
Apr 23, 2025, 6:09 PM UTC
The document outlines a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide electrical maintenance and repair services at Joint Base McGuire-Dix-Lakehurst. The solicitation is specifically designated for small businesses, with an expectation of awarding a minimum of three contracts over a five-year period, including a base year and four optional extensions. The total value of awarded contracts is capped at $66 million. Key requirements include performance bonds, an optional site visit scheduled for April 17, 2025, and a bid guarantee. Contractors must submit offers by May 19, 2025, and adhere to the stipulated guidelines for submitting past performance questionnaires. The project aims to cover comprehensive electrical services ranging from inspection to demolition, aligning with Federal Acquisition Regulations. Inspection and acceptance of delivered services will occur at designated government locations, emphasizing the need for compliance with safety and labor standards. This RFP serves as a critical component of government contracting, ensuring small business participation while maintaining quality service delivery standards for vital infrastructure at military installations.
Apr 23, 2025, 5:05 PM UTC
The document serves as an amendment to a solicitation for federal contracting, specifically facilitating an extension for submitting offers and detailing the acknowledgment process. Offerors must recognize receipt of the amendment via designated methods to prevent rejection. It includes provisions for modifying existing contracts and administrative changes, underscoring the importance of timely communication. Notably, the amendment adds a critical attachment—Att J-13 Seed Project - Drawings Set.pdf—along with a comprehensive list of various project-related documents ranging from statements of work to compliance statements and schedules. This document indicates ongoing federal contracting activities, emphasizing structured procedures for document modifications, compliance, and record-keeping that are essential in the context of federal RFPs. The described changes maintain the integrity of the overall solicitation while allowing for updates necessary to move the project forward.
Lifecycle
Similar Opportunities
FY 25 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Fiscal Year 2025 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract, set aside for small businesses, encompasses a range of mechanical services including the inspection, testing, installation, and maintenance of Heating, Ventilation, Air Conditioning, and Refrigeration (HVACR) systems, with a total potential value of $71.5 million over a base year and five optional extensions. The procurement is critical for ensuring operational efficiency and compliance with safety and regulatory standards in military facilities. Interested contractors must submit their proposals electronically by the specified deadlines, and are encouraged to attend a pre-proposal conference scheduled for April 23, 2025. For further inquiries, potential bidders can contact Nicole Levesque at nicole.levesque@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
FY25 Underground Utilities IDIQ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Underground Utilities Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. The contract encompasses the repair and construction of essential underground utilities, including water, sanitary sewer, and stormwater systems, as well as related infrastructure improvements such as lift stations and treatment plants. This procurement is crucial for maintaining and enhancing the operational capabilities of military facilities, ensuring compliance with environmental standards, and promoting sustainable construction practices. Interested small businesses must submit their proposals electronically, adhering to strict guidelines, with a maximum contract value of $49.5 million over a potential four-year period. For further inquiries, contractors can contact Sean A. Burney at sean.burney.1@us.af.mil or Dana Wright at dana.wright.6@us.af.mil, with a pre-proposal conference scheduled prior to the submission deadline.
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 proposals for maintenance and repair services of vertical lifting fabric hangar doors at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement is a 100% Small Business set-aside, with the contract structured as a Firm Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, spanning an initial period from October 1, 2025, to September 30, 2026, with four additional one-year option periods. The services are critical for ensuring the operational integrity and safety of hangar facilities, adhering to stringent safety and performance standards outlined in the Performance Work Statement. Interested contractors must submit their proposals electronically by the specified deadline and can direct inquiries to Adam Donofrio or Ramnarine Mahadeo via email. The estimated contract value is approximately $12,500,000, and compliance with federal labor standards, including wage determinations, is mandatory.
NDI Lab Pen Line B1510
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the NDI Lab Pen Line B1510 project at Shaw Air Force Base in South Carolina. The project entails the removal of existing wiring and the installation of new wiring to accommodate new equipment, ensuring compliance with relevant electrical codes as outlined in the attached Statement of Work. This procurement is crucial for enhancing the electrical infrastructure necessary for operational efficiency at the base. Interested small businesses must submit their bids by 2:00 PM EST on May 2, 2025, with the anticipated award date set for May 19, 2025. For further inquiries, potential bidders can contact Tariq Ellis at tariq.ellis@us.af.mil or SrA Margret Ogbuozobe at margret.ogbuozobe@us.af.mil.
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.
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.
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.
138 FW Repair Central and South Base Primary Electrical
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the Repair Central and South Base Primary Electrical project at the Tulsa Air National Guard Base in Oklahoma. This project involves the replacement of the underground electric distribution system serving various facilities, with a focus on ensuring compliance with local, state, and federal regulations while modernizing essential infrastructure. 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 anticipated to be available prior to the award. Interested bidders must attend a pre-bid conference on April 10, 2025, and submit their bids by May 5, 2025, with inquiries directed to Joshua Kingori at 138.FW.MSC@us.af.mil or by phone at 918-833-7305.
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, is soliciting proposals for the construction of a Manufacturing Lab Addition and renovations to Buildings B331 and B332 at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project, which is set aside entirely for small businesses, aims to enhance laboratory facilities while ensuring compliance with various safety and building codes, including the International Building Code and National Fire Protection Association standards. The estimated project magnitude is between $5 million and $10 million, with bids due by May 22, 2025, at 2:00 PM EST. Interested contractors should direct inquiries to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil for further details on the submission process and requirements.
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.