SOURCES SOUGHT: Electrical Construction Services at Mike Monroney Aeronautical Center

THIS PROCUREMENT IS 100% SET-ASIDE FOR COMPETITION LIMITED TO ELIGIBLE:

(1) SOCIALLY AND ECONOMICALLY DISADVANTAGED BUSINESSES [8(A)], CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION,

(2) SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESSES AND

(3) OTHER SMALL BUSINESS;

LOCATED WITHIN THE STATE OF OKLAHOMA

LOCATION OF WORK/PROJECTS: Mike Monroney Aeronautical Center, 6500 S. MacArthur Blvd, Oklahoma City, Oklahoma.

This market survey is being issued to assist the FAA in meeting ongoing requirements for miscellaneous electrical construction services for: alteration, extension, conversion, and/or modernization of existing facilities.  This also includes new construction if required.  These services will be required for commercial, industrial, and utility type of facilities located at the Mike Monroney Aeronautical Center.   Contractors must provide all labor, materials, and equipment required for all work as described in the applicable contract documents.  See attached draft Statement of Work (SOW) for details.  Please note that attachments referenced in the SOW are not available.

The FAA contemplates multiple contract awards in the following trade: electrical.  Contract performance periods will be one-year base periods with four 1-year option periods to be exercised at the sole discretion of the Government.  Task orders will be placed against the contracts to fund projects throughout the year.

Work requirements under these contracts can range from $500 – $1,000,000 each.  It is estimated that $9 million in electrical construction task orders will be issued over the course of the contract periods to include option years.

Requests for task order proposals for projects will be issued to all contract holders for the electrical construction trade, and will be accompanied by a project description, construction drawings, and usually detailed specifications.

Expedited competitive procedures, e.g., rapid turn-around times (TAT)/completion dates, generally under 15 days will be detailed in the request for task order proposals.  Projects can be directly awarded by the Ordering Official if needed.

Due to urgent requirements and expedited turn-around times, completion of projects, etc., offerors MUST have a primary location within the state of Oklahoma.

All contracts will be 100% set-aside for award to small businesses.  This market survey is being issued to encourage interest from Service-Disabled Veteran-Owned Small Businesses (SDVOSB); or SBA-certified Socially and Economically Disadvantaged (SEDB) contractors in the 8(a) program.

The purpose of this announcement is to conduct a market survey to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1.  The Government requirements included in this market survey permit contractors that are: (1) certified, under the 8(a) program with the Oklahoma SBA District Office; (2) Service-Disabled Veteran-Owned Small Businesses (SDVOSB) located within the state of Oklahoma, or; (3) a small business located within the state of Oklahoma an opportunity to express and submit interest to work this requirement.

All responses, including attachments, are to be sent electronically to heather.a.amaral@faa.gov by 3:30 P.M, Central Standard Time on July 1, 2022.  Any information provided in response to this notice is for informational purposes only and will not be released.  Any proprietary information submitted will be protected if appropriately marked.  No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA.

All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this notice.  Therefore, any costs associated with responses to this market survey will be solely at the interested party’s expense.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J041 – MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance: Oklahoma City , OK 73169 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Hangar Door Inspections & Maintenance Services

Scope of Work for Hangar Doors. The contractor must provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform inspections, routine and emergency repairs / service calls on hangar doors and associated systems identified in Appendix 2 of this PWS at Joint Base Elmendorf Richardson (JBER), Alaska. Work must comply with manufacturer’s specifications, commercial standards for inspections, maintenance and repair of these units as well as all federal, state, and local requirements that apply. The estimated workload quantities for doors are listed in Appendix 3, Workload Estimate. The Government reserves the right to increase, decrease and/or suspend any part of the services under this contract.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1JZ – MAINTENANCE OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 238290 – Other Building Equipment Contractors
  • Place of Performance: JBER , AK 99506 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Replacement of CHPP ACDC Power Systems & UPS (Uninterruptable Power Supply)

THIS IS A SOURCES SOUGHT NOTICE FOR FTQW 19-1010 REPLACEMENT OF CHPP ACDC POWER SYSTEMS & UPS (UNINTERRUPTABLE POWER SUPPLY) AT EIELSON AIR FORCE BASE, ALASKA.

The United States Air Force at Eielson Air Force Base, Alaska is seeking to identify interested offerors qualified to provide a design and construction of the replacement for the ACDC Power Systems & UPS at the Central Heat and Power Plant(CHPP). The general scope of this project includes the Contractor providing a design for the replacement of the ACDC Power Systems & the UPS. Once the design is completed and accepted, the Contractor shall completely prepare the site for upgrade and replacement of the essential ACDC power systems and UPS to include demolition and removal of the existing structures. The Contractor will be expected to furnish all labor, materials, and equipment to perform the work to repair these systems at the CHPP.

In accordance with Federal Acquisition Regulation (FAR) 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated price is from $500,000 and $1,000,000. The anticipated North American Industry Classification System (NACIS) code is 238210, with a size standard of $16.5M. The Government is contemplating a Firm Fixed Price (FFP) contract.

If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to the Sources Sought or any follow up information requests. Respondents will not be notified for the results.

The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. The following information is requested from interested offerors:

  • Business Name
  • Point of contact name, email, and telephone number.
  • Cage Code and UID number
  • Capabilities to perform and/or hire qualified personnel/subcontractors for this type of acquisition
  • Applicable business size i.e. large business, small business, SBA Certified 8(a) Program Participant, SBA Certified HUB Zone, Service Disabled Veteran Owned Business, Woman Owned Small Business

Interested offerors should send the above information via email to SSgt Aaron Valdez, aaron.valdez.1@us.af.mil and MSgt Cristopher Pennock, cristopher.pennock@us.af.mil.

All correspondence sent via email shall contain a subject line that reads FTQW 19-1010, REPLACEMENT OF CHPP ACDC POWER SYSTEMS & UPS. Ensure only .pdf type of files are included with your email, if applicable.

All firms should be registered in the System for Award Management (SAM) located at http://www.sam.gov .

  • Original Set Aside: 
  • Product Service Code: Z1JZ – MAINTENANCE OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance: Eielson AFB , AK 99702 USA

Full details via beta.sam.gov