Indiana Bids > Bid Detail

Electrical Services

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159734282584026
Posted Date: Feb 16, 2024
Due Date: Mar 2, 2024
Source: https://sam.gov/opp/e770be7902...
Follow
Electrical Services
Active
Contract Opportunity
Notice ID
N4008524R2567
Related Notice
N4008524R2567
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 01:06 pm EST
  • Original Response Date: Mar 02, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2NZ - REPAIR OR ALTERATION OF OTHER UTILITIES
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Crane , IN 47522
    USA
Description

RFP #N4008524R2567, ELECTRICAL SERVICES AT NAVAL SUPPORT ACTIVITY (NSA), CRANE, INDIANA



THIS IS A SYNOPSIS FOR A REQUEST FOR PROPOSALS FOR ELECTRICAL SERVICES. The Solicitation Number for this announcement is N4008524R2567. THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING ON THE CONTRACT OPPORTUNITES PAGE at https://www.sam.gov.



The official plan holders list will be maintained and can be printed from the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR’S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Melissa L. Willis via e-mail at melissa.l.willis4.civ@us.navy.mil.



The Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, will issue a request for proposals for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) type contract to accomplish Electrical Services. Work will be performed at the Naval Support Activity (NSA Crane) in Crane, Indiana and the Glendora Test Facility in Sullivan, Indiana. It is the Government’s intent to utilize the contract resulting from this solicitation to accomplish electrical utility work, both high voltage and interior building electrical distribution, via an IDIQ contract. Work to be ordered via task orders will include various interior and exterior electrical maintenance and repair, emergency calls and repairs, installation of interior electrical work, fiber installation and repairs, and electrical utility systems, including provision of pole mounted and pad mounted transformers, wiring, conduit, underground electrical distribution systems, electrical substations and substations equipment, overhead transmission and distribution systems, generators, trenching, concrete, asphalt, isolation switches, earthwork, clearing and grubbing, seeding, asbestos removal that is part of electrical utility work. This contract does not include interior electrical work, electrical utility work, generators, etc. that are to be installed to support new building construction and major repairs or renovations to existing facilities.



Tradeoff selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government will be used. Award will be made to the offeror whose proposal is the most advantageous to the Government based on a comparative assessment of proposals against all source selection criteria in the solicitation. Award may be made to other than the lowest price offeror. The actual amount of work to be performed and the time and place of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor. This will be an indefinite-delivery/indefinite-quantity contract with pre-priced line items to provide electrical services. Task orders will be negotiated and issued after award for specific electrical service projects.



The proposed solicitation will contain provisions for a 12-month base period plus four (4) 12-month option periods, to be exercised at the Government’s discretion. The contract will have a one-time guaranteed minimum of $1,000.00. The term of the contract shall not exceed 60 months or $45 million, whichever comes first. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause.



The NAICS Code for this solicitation is 238210, Highway, Electrical contractors & Other Wiring Installation Contractors. The Small Business Size Standard is $19,000,000.00. The Product Service Code is Z2NZ -- Repair or Alteration of other Utilities.



This contract will replace an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for similar services awarded in 2021 with a maximum value of $20.0 million. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information.



A sources sought notice was posted on 04 January 2024 under solicitation N4008524R2567 on the Contract Opportunities page at https://www.sam.gov and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as a 100% Small business Set-aside. The government will only accept offers from small business concerns. The NAVFAC MIDLANT small business office concurs with this set aside determination.



The amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000.00, whichever is less.



The apparent successful offeror must be registered in the System for Award Management (SAM) database at the time an offer or quotation is submitted in accordance with FAR 4.1102. Failure to have an active SAM account on the proposal due date will make the Offeror ineligible for award. It will take several days for a SAM record to be activated; therefore, offerors not already registered in the SAM database are highly encouraged to do so now via Internet at: https://www.sam.gov. Registration in SAM is free.



Approximate release date of the solicitation is 01 March 2024 – 15 March 2024 with proposals due no earlier than 30 calendar days after the actual release date.










Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >