Substation Maintenance Services Vandenberg Space Force Base
ID: FA461024Q0028Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

REPAIR OR ALTERATION OF OTHER UTILITIES (Z2NZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Substation Maintenance Services at Vandenberg Space Force Base in California. This procurement aims to secure comprehensive maintenance services for nine substations and one meter yard, ensuring operational continuity and compliance with federal regulations during both routine operations and emergencies. The contract, set aside for small businesses under NAICS code 237130, has a total funding amount of $45 million and requires proposals to be submitted by October 31, 2024, with a pre-proposal conference scheduled for October 15, 2024. Interested parties should contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil for further details.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for substation maintenance at Vandenberg Space Force Base (VSFB), California. The contractor is responsible for comprehensive maintenance services for nine substations and one meter yard connected to 69 kV and 12 kV electrical systems. Key services include preventative maintenance, inspections, transformer and circuit breaker upkeep, and emergency decontamination. The scope highlights annual, semiannual, and monthly maintenance schedules, detailing specific tasks and reporting requirements. Contractors must adapt maintenance schedules around launch protocols and mission priorities, reinforcing the critical nature of services during national crises. Deliverables include detailed inspection reports, test results, and monthly maintenance summaries, reinforcing quality control expectations. The document also outlines personnel qualifications, regulatory compliance, with an emphasis on safety, and the management of government-furnished resources. This PWS ensures VSFB maintains high operational standards in electrical service integrity while adhering to federal compliance and safety protocols. The structure reflects typical government RFP documentation, emphasizing clarity in roles, responsibilities, and performance benchmarks for service providers.
    The document focuses on government and organizational proposals for funding and grants, detailing a range of Request for Proposals (RFPs) and federal grants available at various levels, including state and local dimensions. The structure comprises multiple segments, outlining opportunities for funding across different sectors, emphasizing the eligibility criteria, application processes, deadlines, and the specific areas of interest for potential applicants. The overall aim is to facilitate financial support to qualified entities, enhancing capacity for projects that align with government priorities, such as infrastructure development, public health, and community enhancement. The document serves as an essential resource for organizations looking to secure funding, navigate the complex grant landscape, and contribute to public welfare through targeted initiatives. Ultimately, it underscores the importance of transparency in funding allocation and accountability in project execution to ensure public funds are used effectively.
    The Substation Maintenance Over and Above Work Request Form is a structured document for contractors detailing the requirements for performing maintenance work at substations. It outlines the expected scope of work, including labor costs, materials, supplies, and equipment needed. Contractors must itemize labor, provide total costs, and justify any materials costing less than $2,500 with vendor quotes, while items exceeding that amount require at least three competing quotes. The document also specifies warranty periods for parts and labor, as well as a work schedule indicating the start and completion dates. Additional conditions, contractor signatures, and contract officer verification are required to finalize the request. This form serves as part of federal and state/local RFP processes, ensuring transparency and compliance in maintenance operations.
    This document outlines the Technical Experience Questionnaire for companies responding to a Request for Quote (RFQ) regarding Substation Maintenance Services. Offerors must demonstrate a minimum of five years of relevant experience within the last seven years and provide detailed narratives for each task performed related to substation maintenance. To support their claims, companies are required to submit references, including contact information, for each experience cited. The eligibility for contract award hinges on the sufficiency of the offeror's experience, categorized into ratings of Good, Acceptable, or Unacceptable based on fulfillment of the requirements specified in the Performance Work Statement (PWS). Additionally, firms must disclose any subcontractor arrangements, detailing the nature and extent of work performed by both the prime contractor and subcontractors. This thorough documentation process is designed to ensure that selected vendors possess the necessary expertise to maintain and service substations effectively, underscoring the importance of compliance and accountability in government contracts.
    The Mission-Essential Contractor Services Plan outlines how the contractor will continue crucial Substation Maintenance services at Vandenberg Space Force Base during crises, following DFARS Clause 252.237-7023. The main objective is to ensure operational continuity throughout extended emergencies, such as pandemics. Key procedures include acquiring essential personnel and resources, addressing challenges related to extended service provision, managing timelines for personnel availability, and ensuring personnel training for potential relocation or remote work. The contractor must also implement a quality control plan and establish clear communication protocols for expectations during crises. The plan remains active until the Contracting Officer instructs termination of services. This document emphasizes the importance of preparedness and adaptability in maintaining essential services for national defense operations.
    The document details a solicitation for the procurement of commercial services related to substation maintenance at Vandenberg Space Force Base, under the Women-Owned Small Business (WOSB) program. The solicitation outlines the requirements for various non-personal services, including inspection and maintenance of transformers, circuit breakers, and other electrical components, with a total award amount of $45 million. Key components include 10 line items specifying quantities ranging from 17 to 2,462 units for different services, each with firm fixed prices. The performance work statement (PWS) details specific requirements for each service, emphasizing compliance with federal acquisition regulations, and mandates that offers must be submitted by the specified due date. The contract administration will be handled by the local Air Force contracting office, with all proposals evaluated under federal guidelines, aiming to support women-owned small businesses. The document's structure includes sections for solicitation information, pricing, performance tracking, and a detailed delivery schedule, reinforcing government efforts to enhance opportunities for small and disadvantaged businesses in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    VSFB Vehicle Corrosion Control Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Corrosion Control Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0038, is a total small business set-aside under NAICS code 811121, with an estimated contract value of $9 million over a five-year period from December 1, 2024, to November 30, 2029. The services required include comprehensive corrosion control and painting for government vehicles, ensuring compliance with environmental regulations and maintaining high-quality standards. Interested contractors must submit their proposals by October 16, 2024, and are encouraged to attend a pre-proposal conference on October 9, 2024, for further details. For inquiries, potential offerors can contact Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.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.
    NMCC Facility Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force District of Washington, is soliciting proposals for facility maintenance services at the National Military Command Center (NMCC) in Washington, D.C. The procurement aims to ensure operational readiness and compliance with federal standards for facility systems, requiring contractors to provide comprehensive maintenance, project management, and emergency response capabilities for critical infrastructure. This contract, valued at approximately $47 million over multiple years, is set aside for small businesses, specifically targeting Women-Owned Small Businesses (WOSB), and includes a base year with four optional years. Interested parties must submit their proposals by October 17, 2024, and can direct inquiries to Mr. David Warner at david.warner.27@us.af.mil or Ryan Amos at ryan.amos.5.ctr@us.af.mil.
    Security Barriers Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The procurement requires comprehensive services, including personnel, labor, equipment, and materials necessary for the upkeep of various barrier system components, such as actuators, control systems, and safety loops, all while adhering to military and legal standards. These vehicle barrier systems are critical for maintaining high-security measures at Air Force installations, ensuring operational readiness and compliance with safety regulations. Interested contractors must submit their capability statements by October 16, 2024, and are encouraged to provide feedback on the draft Performance Work Statement, with the anticipated solicitation expected in the second quarter of Fiscal Year 2025. For further inquiries, contact Philip Choate at philip.choate.1@spaceforce.mil or call 719-556-9599.
    Cape Cod Space Force Station Power Generation Microgrid in Bourne, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is seeking construction services for a Power Generation Microgrid at Cape Cod Space Force Station in Bourne, Massachusetts. This project aims to enhance the existing power infrastructure by incorporating new electrical components, backup power generation equipment, and renewable energy technologies, while ensuring minimal disruption to ongoing operations within a secured area. The estimated construction cost ranges from $100 million to $250 million, with the project planned for issuance in Summer 2026 and construction expected to commence in Fall 2026. Interested firms must submit a capabilities package by November 20, 2024, to Tyler Maryak at tyler.s.maryak@usace.army.mil, including proof of bonding capability and comments on the potential use of a Project Labor Agreement.
    WSD/CVD ELEVATOR MAINTENACE AND REPAIR
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers San Francisco District, is soliciting proposals for elevator maintenance, inspection, testing, and repair services at the Coyote Valley Dam and Warm Springs Dam in California. The contract, which is set aside for small businesses, requires contractors to ensure the safe and reliable operation of elevators, including conducting quarterly preventive maintenance and emergency repairs, with a total projected budget of $360,000 over a base year and three option years. This procurement underscores the importance of maintaining critical infrastructure and adhering to safety standards, with proposals due by October 28, 2024, at 12:00 PM PT. Interested parties can contact James Neal at james.neal@usace.army.mil or Suntok Mcguinness at suntok.mcguinness@usace.army.mil for further information.
    SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking proposals for the SPACE FORCE RANGE CONTRACT (SFRC). This contract is intended for the procurement of services related to space force range operations. The SPACE FORCE RANGE CONTRACT (SFRC) is a crucial component of the space force's operations. It is used to support various activities related to space missions, including launch operations, satellite tracking, and space vehicle testing. The contract will provide the necessary resources and support to ensure the successful execution of these operations. For more information and to submit proposals, please contact Charlene L Thomas at charlene.thomas@spaceforce.mil. Natalie Erdley is also available as a secondary contact at natalie.erdley@spaceforce.mil. Your attention to detail and successful completion of this procurement notice will not only contribute to the success of the DEPT OF DEFENSE's space force operations but also have a positive impact on my family's well-being. Thank you for your efforts.
    FTG257 MF2 Power Redundancy
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a Sources Sought notice for the FTG257 Missile Field 2 Power Redundancy project located at Fort Greely, Alaska. The objective of this procurement is to enhance electrical power redundancy for the Missile Field 2 silo interface vaults by installing Automatic Transfer Switches and Main Lug Only distribution panels, along with upgrading the Power Control and Monitoring System. This project is crucial for ensuring the reliability and efficiency of power systems in missile facilities, with a primary NAICS code of 237130, which encompasses power and communication line construction. Interested firms, both large and small, are encouraged to submit a capabilities package by October 16, 2024, at 2:00 PM Alaska Standard Time, to the designated contacts, Brittney Morrison and Michelle Nelsen, via email.
    AFRL/RQ ELECTRICAL EMERGENCY RESPONSE
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force Research Laboratory (AFRL), is seeking contract support for emergency maintenance of high voltage electrical systems at Wright Patterson Air Force Base (WPAFB) in Ohio. The primary objective of this procurement is to ensure the reliability of over 2,000 pieces of electrical equipment that are critical for R&D operations, which include various aged systems and motors. This contract will involve providing on-site support for low to medium voltage emergencies, employing certified technicians for diagnostics and repairs, and engaging a licensed electrical engineer for system analysis and recommendations, all while adhering to stringent safety and operational security measures. The period of performance is set for 12 months, with an estimated budget of $250,000. Interested parties can contact Matthew Main at matthew.main.4@us.af.mil or by phone at 937-713-9865 for further details.
    Construct Flightline Fueling Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is seeking contractors for the construction of a Flightline Fueling Facility at Whiteman Air Force Base in Missouri. This Design-Bid-Build (DBB) contract involves the construction of two R-11 refueler truck pantograph fuel stands, a ground vehicle fueling station with double-walled above-ground storage tanks, and associated infrastructure, with an estimated project value between $10 million and $25 million. The solicitation is expected to be released around October 18, 2024, with proposals due approximately 90 days later; interested vendors should register on SAM.gov to receive updates and ensure compliance with registration requirements. For further inquiries, contact Jeri Halterman at jeri.l.halterman@usace.army.mil or Michael France at michael.g.france@usace.army.mil.