Lightning Protection Systems Repairs
ID: W50S8V-24-B-0003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N7 USPFO ACTIVITY WVANG 167MARTINSBURG, WV, 25405-7704, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of lightning protection systems at the 167th Airlift Wing in Martinsburg, West Virginia. This project, designated as a Total Small Business Set-Aside, requires licensed technicians to address various deficiencies identified in recent inspections, including loose cables, missing components, and necessary roof repairs, all while adhering to NFPA 780 and UL96A standards. The contract, with an estimated value between $25,000 and $100,000, is expected to be awarded based on price considerations, with bids due by September 10, 2024, and inquiries accepted until August 6, 2024. Interested contractors should contact Christopher P. Broschart at christopher.broschart@us.af.mil or Ryan E. Belfield at ryan.belfield@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a visual inspection and testing report for the lightning protection system of a structure located at 3923 S. Tavistock Pl., Meridian, ID, conducted by Multivariable Systems Tech, LLC. The inspection, dated November 8, 2023, highlights various components of the lightning protection system, including air terminals, down conductors, and grounding mechanisms, ensuring compliance with NFPA 780 and UL96A standards. Key findings include a frayed cable on the west-facing wall and the confirmation of adequate spacing and installation of air terminals and conductors. Ground resistance readings from various terminal locations are recorded, providing essential data for ongoing maintenance. The report emphasizes thorough inspections and maintenance of lightning protection systems as vital for structural safety. Overall, this document is significant for government and local authorities in terms of safety compliance and potential funding opportunities related to infrastructure improvements in relation to lightning protection systems.
    The inspection report by Multivariable Systems Tech, LLC assesses the lightning protection system at the Jet Fuel facility, conducted on November 8, 2023. The evaluation includes a visual inspection of rooftop components and a ground system analysis. Key findings indicate overall good system condition, with some corrective measures recommended, such as additional strapping for cables and bonding connections for staircases. The inspection confirmed compliance with NFPA 780 and UL96A standards for air terminal placement, conductor spacing, and connection integrity. Resistance readings were recorded at various locations, with a recommendation to connect a down terminal to the jet fuel stairwell for improved grounding. The report emphasizes the necessity of maintaining proper grounding resistance and the importance of documenting any long-term repairs needed beyond the current inspection scope. This evaluation is vital for ensuring safety and compliance with federal regulations, supporting future Request for Proposals (RFPs) related to facility maintenance and safety enhancements.
    The inspection report from Multivariable Systems Tech, LLC details the assessment of the lightning protection system for the 305 Hangar currently under construction in Meridian, ID. Conducted on November 7, 2023, the inspection focused on visual evaluations of rooftop components and grounding systems based on NFPA 780 and UL96A standards. Key findings include verification of air terminal placements, proper cable connections, and the overall condition of the lightning protection system. Notably, improvements were recommended, such as adding air terminals to specific locations and ensuring cleaned connections. Resistance testing revealed varying degrees of resistance across different terminals, with several requiring repairs or replacements due to broken components. The report emphasizes the importance of compliance with safety standards, highlighting the need for ongoing maintenance and potential long-term repairs. Overall, the document underscores the commitment to safeguarding the structure from lightning hazards through thorough inspections and necessary corrective actions.
    The document details an inspection and testing checklist performed by Multivariable Systems Tech, LLC on the lightning protection system for the 306 Hangar at Meridian, ID, dated November 8, 2023. The assessment includes a visual inspection of rooftop components, ground systems, and ground resistance testing, ensuring compliance with NFPA 780 and UL96A standards. Key points include verifying the proper spacing and installation of air terminals, ensuring all connections are free of corrosion, and conducting ground resistance tests, with specific readings recorded for various locations. The inspection identified the need for minor repairs, such as reattaching dislodged cables and replacing a missing nut on a wall connector. Overall, this inspection serves to ensure the reliability and safety of the lightning protection system, which is crucial for protecting the structure from potential lightning strikes, in alignment with standards relevant to federal and local safety regulations.
    This document details an inspection report conducted by Multivariable Systems Tech, LLC for the lightning protection system at the 307 Propulsion Shop. Inspections covered visual assessments of rooftop components, grounding systems, and ground resistance testing, following the NFPA 780/UL96A standards. Key inspections included verifying the condition and placement of air terminals, ensuring proper spacing and connection of down conductors, and confirming avoidance of dissimilar metals contact. Recommendations for improvements were made, such as installing additional air terminals and reconnecting loose cables. Resistance readings indicate areas needing attention, with specific components noted for repair. The inspection emphasizes the importance of compliance with applicable safety codes, ensuring the facility's protection against lightning strikes. The report is part of a broader context of federal and state oversight to maintain safety standards in government infrastructures.
    This document outlines the visual inspection and testing results of the lightning protection system (LPS) for Building 308, conducted by Multivariable Systems Tech, LLC. The inspection identified several issues, including loose and damaged cables, downed air terminals, and missing components that need repair. Key inspections verified compliance with NFPA 780/UL96A standards, noting that several air terminals were repaired, while two remain missing pending roof repairs. Ground resistance tests showed acceptable readings in various locations, but repairs to the roof are urgent due to missing gutters and structural damage, which impede necessary LPS repairs. The additional notes section highlights the need for photographic documentation of areas requiring long-term attention beyond this inspection's scope. This inspection serves as a crucial step in maintaining safety standards and compliance with federal regulations related to building infrastructure and lightning protection systems.
    This document records attendance at a Pre-Bid Conference held for the Lightning Protection System Repairs project at the 167th Airlift Wing in West Virginia on July 30, 2024. Key attendees include military personnel and representatives from Larson Lightning Protection. Notable participants include Maj Blake W. Bennett, the Deputy Base Civil Engineer, Capt Ryan E. Belfield, and MSgt Philip K. Henderson, who serves as the Contract Specialist. The list provides their respective titles, organizations, phone numbers, and email addresses, reflecting the collaborative effort required for the project's bidding process. The document serves to formally acknowledge those present during the pre-bid discussions, establishing a point of contact for the forthcoming contract, which is vital in the context of federal construction projects and compliance with government contracting standards.
    The document addresses questions and answers related to Solicitation No: W50S8V-24-B-0003 for lightning protection system repairs scheduled for August 11, 2024. It clarifies the Scope of Work, stating that only new connections or repairs to the lightning protection system must be tested, rather than the entire system. The contractor is informed that Kalkreuth Roofing and Sheet Metal has performed relevant roofing work on the base within the last year. The document also specifies that only two bimetallic couplers are needed for replacing current couplers that connect copper and aluminum cables. Furthermore, the requirement for an additional down terminal by the Jet Fuel Stairway is classified as a recommendation; if 130 Ohms is deemed acceptable, no additional terminal is necessary. Overall, the document serves as a clarifying guide for contractors involved in the solicitation, ensuring clear communication about the requirements and existing conditions related to the repair project.
    The Lightning Protection System Repairs RFP is issued by the 167th Airlift Wing at Martinsburg Air National Guard Base, concerning repairs to the Lightning Protection System and roof deficiencies in several buildings. This is a firm-fixed price contract categorized under a Total Small Business Set-Aside, with an estimated value between $25,000 and $100,000. The project duration is set for 120 calendar days. Bidders must provide a bid bond and payment bond for bids over $35,000, and a performance bond for bids above $150,000. The solicitation documents, including plans, specifications, and amendments, can be accessed via https://www.sam.gov. The Davis Bacon Act Wage Determination applies to this project, with wage rates available on the same website. For inquiries, interested vendors should contact the contracting officers before the deadline of 6 August 2024. Bids are due by 20 August 2024, with requirements for submission specified, including an original bid bond and acknowledgment of amendments. The government aims to award the contract based solely on price considerations, following the submission and review of bids.
    The Department of the Air Force's 167th Airlift Wing outlines a Statement of Work (SOW) for repairing the Lightning Protection System (LPS) and related roof deficiencies across multiple buildings at the Martinsburg, WV base. The project requires licensed technicians with at least five years of experience and emphasizes strict adherence to building codes, safety regulations, and environmental protocols. The work includes replacing gutters, downspouts, and soffits, as well as installing new air terminals and LPS cables, ensuring that all tasks meet established standards such as the National Electric Code and Unified Facilities Criteria. Required documentation and approvals for materials, permits, and environmental compliance are highlighted, along with a defined Period of Performance that restricts the work timeframe to 120 calendar days post-Notice to Proceed. Additionally, protocols for quality assurance, site security, and personnel safety are emphasized. The project ultimately aims to ensure the operational integrity of the base facilities while adhering to regulatory standards and safety protocols.
    The document outlines the application process for personnel and visitor passes necessary for access to the 167th Airlift Wing under the Air Force/Air National Guard. It specifies that contractors and visitors must complete all sections, providing detailed personal information, including a valid driver's license or state ID, and vehicle details for those operating vehicles on-site. It includes a requirement for U.S. citizenship verification and instructions for non-citizens. The contractor or visitor signs the application, certifying that the provided information is accurate. Section II must be completed by the contracting office, confirming the individual's official capacity tied to a specific contract (contract number W50S8V-24-B-0003), and outlining the role of the contracting officer. Lastly, the document mandates a National Crime Information Center (NCIC) check to be completed by the Security Forces Pass and ID office, culminating in a badge issuance process. The primary purpose of this document is to ensure authorization and security clearance for individuals accessing military facilities, emphasizing the importance of information accuracy and legal compliance under federal regulations.
    The government document is an amendment to a contract solicitation, specifically identified as W50S8V-24-B-0003. Its primary purpose is to incorporate a newly updated Wage Determination effective from July 12, 2024, and a supplementary Q&A document regarding the Lightning Protection System. The amendment extends terms for receipt of offers and outlines the conditions under the Davis-Bacon Act, requiring contractors to pay minimum wage, adjusted according to Executive Orders 14026 and 13658—establishing wage rates for construction projects in Berkeley County, West Virginia. Notably, wages listed for various occupations, such as electricians and laborers, are specified along with their fringe benefits. The document mandates contractor compliance with labor laws, including the provision of paid sick leave according to Executive Order 13706. The overall structure presents formal approval, detailed wage rates, and legal requirements, ensuring transparency and adherence to federal regulations. This summary demonstrates the government’s effort to maintain fair labor practices while executing contracts funded by federal dollars.
    This document serves as an amendment to a solicitation regarding the repair of lightning protection systems at the 167th Airlift Wing in Martinsburg, WV. The amendment extends the bid opening date to September 10, 2024, at 1:00 PM EST. The solicitation is 100% set aside for small businesses, and a pre-bid conference is scheduled for July 30, 2024, to outline bid requirements and site details. Registration is mandatory for access, with specific requirements for attendance. Bidders must submit inquiries via email by August 6, 2024, and bid submissions need to be hand-delivered to a designated repository at the specified location. Important operational guidelines include wage determination specifics and a disclaimer indicating that the government is not liable for bid preparation expenses. The solicitation adheres to federal regulations and incorporates relevant FAR clauses. The overall objective is to secure a responsible bidder for a Firm Fixed Price contract through this competitive bidding process, ensuring compliance and preparation among participants.
    The government solicitation seeks bids from small businesses for repairing lightning protection systems at multiple buildings at the 167th Airlift Wing in Martinsburg, West Virginia, under Project Number PJVY242174. The project has an estimated budget between $25,000 and $100,000 and requires adherence to Davis Bacon Wage Rates. A pre-bid conference is scheduled for July 30, 2024, and bids are due by August 20, 2024. The contract awarded will be a Firm Fixed Price (FFP), focusing on the most advantageous bid considering price alone. Interested bidders must be registered in the System for Award Management (SAM) and follow strict submission procedures, including the completion of the Standard Form 1442. Performance and payment bonds are required for bids exceeding specific thresholds. The document outlines eligibility criteria, instructions for submitting questions, and the requirements for joint ventures. Compliance with various federal regulations, including affirmative action and wage determinations, is mandated. Overall, the solicitation emphasizes the government's commitment to small business participation and regulatory compliance while facilitating necessary repairs to vital infrastructure.
    The document outlines wage determinations for construction projects in Berkeley County, West Virginia, under the Davis-Bacon Act. It specifies minimum wage rates based on contracts signed or renewed on or after January 30, 2022, which should adhere to Executive Orders 14026 and 13658. Workers on covered contracts must receive defined hourly rates based on their classification, with additional fringe benefits included. Wage rates are provided for various trades, including electricians, plumbers, and laborers, along with detailed fringe benefits. The summary also explains classification identifiers indicating whether rates are union rates, survey rates, or state-adopted rates. Additionally, it outlines the appeals process for wage determinations, emphasizing the correct procedural steps for interested parties to follow if they wish to contest wage decisions. This document is essential for contractors bidding for federal construction contracts, ensuring compliance with labor standards while promoting fair wages in the building industry.
    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.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as installing monitoring systems connected to the base's Energy Management Control System (EMCS). This project is crucial for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 23, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@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 through improved lighting on government property, ensuring compliance with federal regulations and safety standards. Interested contractors must submit their bids by September 19, 2024, and are encouraged to attend a pre-bid conference on September 4, 2024, for further details; inquiries can be directed to Andrew Brown at andrew.brown.69@us.af.mil or Travis Kraick at travis.kraick@us.af.mil.
    PSXE 242030 Repair Joint Seals & Water Tank
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of joint seals and a water tank at the 134th Air Refueling Wing located at McGhee Tyson Air National Guard Base in Louisville, Tennessee. This project, designated as PSXE 242030, is a Total Small Business Set-Aside and requires contractors to provide labor, materials, and equipment for the repairs, with an estimated project cost ranging from $500,000 to $1,000,000. The work is critical for maintaining military infrastructure and supporting air refueling operations, emphasizing the importance of compliance with federal regulations and quality standards. Interested bidders must submit their proposals by 10:00 AM (EST) on September 24, 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 information.
    PSXE 242029 Repair TEC Recreational Areas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of recreational areas at the McGhee Tyson Air National Guard Base in Louisville, Tennessee, under Project PSXE242029. This project, which is exclusively set aside for small businesses, encompasses repairs and upgrades to facilities supporting the 10 PAA KC-135R Air Refueling Wing, with a contract value estimated between $500,000 and $1,000,000. Bidders are required to comply with government construction standards and must submit their proposals by September 26, 2024, following a pre-bid conference scheduled for August 30, 2024. For further inquiries, interested parties can contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil.
    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.
    Niagara Falls ARS Electrical, Distro, & Grounding
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide electrical distribution and grounding services at the Niagara Falls Air Reserve Station (NFARS) in New York. The procurement involves a combined synopsis/solicitation for annual inspection, testing, and minor maintenance of seven Lightning Protection Systems and the electrical distribution system, ensuring compliance with Air Force and commercial standards. This opportunity is critical for maintaining operational readiness and safety at the facility, with the contract period set from September 29, 2024, to September 28, 2025, and an option for an additional year. Interested parties must submit their quotes in response to solicitation number W50S8H-24-Q-A090, and are encouraged to attend a site visit scheduled for September 23, 2024, with inquiries directed to Jennifer DeWispelaere at jennifer.dewispelaere@us.af.mil or Philip J Rott at philip.rott@us.af.mil.
    Modify Electrical and Structure for Target Retrieval System B1145 -
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the modification of electrical and structural systems for the target retrieval system at Building 1145, Buckley Space Force Base in Aurora, Colorado. The project involves raising safety baffles, demolishing existing non-functioning systems, relocating electrical lighting, and installing new electrical outlets and a Mini Server Rack, among other tasks. This procurement is crucial for enhancing the operational capabilities of military training facilities, ensuring compliance with safety and environmental regulations. Proposals are due by September 19, 2024, with a performance period from September 30, 2024, to January 29, 2025. Interested parties can contact Jaisen Brown at jaisen.brown@spaceforce.mil or 720-847-9945 for further information.
    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.
    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 contractor will be responsible for providing all necessary labor, supervision, materials, tools, and equipment to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This project is a total small business set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000, and the Invitation for Bid (IFB) is expected to be issued around August 5, 2024. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module and are encouraged to direct any inquiries to Paul Holbert at paul.holbert@dla.mil.