BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a power facility in Chey Mtn AFB, Colorado. Completed plans call for the renovation of a power facility.

COMBINED SYNOPSIS/SOLICITATION Solicitation. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The 21st Contracting Squadron (21 CONS), intends to utilize this Request for Quotation (RFQ), under solicitation number FA2517-24-Q-0027, to award a Firm Fixed Price (FFP) purchase order. The Government intends to award one contract to the responsible Offeror on a Lowest Price Technically Acceptable basis A non-personal service to provide all management, tools, materials, parts, equipment, and labor necessary to inspect, perform annual maintenance, testing and repairs on the substation at Cheyenne Mountain Space Force Station, Colorado, in a manner that will comply with commercial standards and in accordance with (IAW) all applicable federal, state, and local regulation for maintaining these systems to ensure continuous, safe, and reliable operation. This document and incorporated clauses and provisions are those in effect through Federal Acquisition Regular (FAR) Federal Acquisition Circular (FAC) Number 2024-05, 5/22/2024, Defense Federal Acquisition Regulation Supplement (DFARS) Change Number 4/25/2024, and Department of the Air Force Federal Regulation Supplement (DAFFARS) Change Number DAFAC 2023-0707, 7/7/23. This requirement is being solicited as 100% small business set-aside. For this acquisition, the North American Industry Classification System (NAICS) code is 238210, Electrical Contractors and Other Wiring Installation Contractors and the small business size standard is $19M. All prospective Offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023), does apply to this acquisition and the following addendums apply: Paragraph (c) is revised to the following: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (See Section 9 of the Combined Synopsis) Paragraph (g) is revised to the following: Contract award (not applicable to Invitation for Bids). The Government intends to award a FFP contract resulting from the RFQ to the responsible Offeror whose quotation represents the lowest price technically acceptable (LPTA) to the Government. To be eligible for award, the Offer must receive acceptable rating for all factors/sub-factors. The evaluation factors that establish the requirements of acceptability shall be set forth in this RFQ. The Government intends to award based on the initial quotation submission without interchanges. Offerors who do not quote the entire package requested will be considered non-responsive and their quotation may not be evaluated. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. (See Section 10 of the Combined Synopsis) Provision at FAR 52.212-2, Evaluation-Commercial Items (Nov 2021) is not used in this solicitation. The evaluation procedures are outlined in sections 10 and 11 below. The Offeror shall also complete FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Nov 2021). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the SAM accessed through https://www.sam.gov. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (Nov 2023), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2023), apply to this solicitation. All provisions and clauses are listed in Attachment 1 of this RFQ. Additionally, all clauses and provisions may be found in full text at the following site: https://www.acquisition.gov/. Description of Requirement. The Contractor shall provide all non-personal services to include management and labor necessary for maintenance and support in accordance with the Attachment 2, Performance Work Statement (PWS) to inspect, perform annual maintenance, testing and repairs on the substation at Cheyenne Mountain Space Force Station, Colorado, in a manner that will comply with commercial standards and in accordance with all applicable federal, state, and local regulation for maintaining these systems to ensure continuous, safe, and reliable operation. Period of Performance (PoP). The projected PoP for this purchase order is from 30 September 2024 to 29 September 2025 with 4 option years. Contract Line Item (CLIN): Reference Attachment 3, Contractor Submittal Form Defense Priorities and Allocations System (DPAS) Rating: Not Applicable Quotation Preparation and Submission: Offerors shall complete and submit a quotation with the following information: Cover Letter, Technical, and Price, as identified in this RFQ. The details for assembly of the quotation are identified below. Table-1. Quotation Section Title/RFQ Reference Page Limit Cover Letter 1 Factor 1. Technical Approach Technical Approach 10* (does not include Mission Essential Plan) Factor 2. Price Attachment 3, Contractor Submittal Form 5 * Sub-Factor 4- Mission Essential Plan should be submitted as a separate document to be incorporated into the resultant award. Details for assembly of the quotation: Table of Contents, Glossaries, Tabs, and List of Acronyms do not count against the page limit. Cover Letter: The Cover Letter may be submitted, however Attachment 3, Contractor Submittal Form shall be completed and submitted with offerors quote. Pages shall be single line spaced; with a minimum 1-inch margin all around. The font shall be no smaller than 10 point and no larger than 12 point for general text, text in tables, charts, graphs, and figures. No condensed fonts allowed; Times New Roman or Arial font only. No condensed fonts allowed; Times New Roman or Arial font preferred. If page limits are exceeded, the excess pages will not be read or considered in the evaluation of the quotation. All quotations must list UIE number and CAGE code with Company name, POC, and phone number, Attachment 3, Contractor Submittal Form. To obtain or renew a UIE number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Fully complete the following (attached) and submit with quotation: Attachment 3, Contractor Submittal Form Attachment 4, Experience Form Technical Quote Sub-Factor 4 - Mission Essential Plan (Separate Document) Any deviation from the RFQ requirements and format may result in non-consideration of the quotation. Additional Instructions to Offerors. Offerors shall respond to this RFQ via e-mail by 25 July 2024 at 1000 hours MT. All quotations shall be sent to all of the following before the due date and time specified. TSgt Leonard Tennart at leonard.tennart@spaceforce.mil MSgt Eric Wienke, at eric.wienke@spaceforce.mil and Tracie Winfree, at tracie.winfree@spaceforce.mil Due to potential delays in receiving quotations, it is highly encouraged offeors do not wait until the last moment to submit its quotation. If a quote is not received by the date and time specified, the quote is considered late and will be treated as such in accordance with FAR 15.208. Site Visit: A site visit will be offered on 8 July 2024 at 0900 Mountain Time. All interested parties that would like to attend the site visit, please send an email to TSgt Leonard Tennart leonard.tennart@spaceforce.mil and MSgt Eric Wienke eric.wienke@spaceforce.mil no later than 1 PM, Mountain Time, 1 July 2024. In the subject line include Site Visit FA251724Q0027-Substation. Late responses for the site visit may not be accommodated due to the holidays. It is important to respond timely and not wait until the last moment to submit the request for the site visit. All questions regarding the RFQ package must be submitted to the above e-mail addresses by 10 July 2024 at 1000 hours MT. Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. Organizational Conflicts of Interest. All Offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. Notice to Offerors. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. Submitted quotations shall be valid for 60 days after the closing date of the RFQ. Basis for Award. The Government intends to award a firm-fixed price contract resulting from the RFQ to the responsible Offeror whose quotation represents the lowest price technically acceptable (LPTA) to the Government. To be eligible for award, the Offer must receive acceptable rating for all factors/subfactors. Offerors who do not quote the entire package requested will be considered non-responsive and their quotation may not be evaluated. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, Offerors are highly encouraged to quote their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made, without interchanges unless interchanges are deemed to be in the best interest of the Government. Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the Contractors that may address any aspect of the quote and may or may not be documented in real time. Offeror responses to interchanges will be considered in making the award selection decision. Interchanges may be conducted with one (1), some, or all Offeror's as the Government is not required to conduct interchanges with any or all contractors responding to this RFQ. If the Government enters interchanges, the Government may not request final quote revisions. Evaluation Criteria. Evaluation criteria will include the following factors: Factor 1 - Technical Approach Factor 2 - Price Factor 1 - Technical Approach All offeror's quotations that are received and conform to the requirements of this solicitation (are responsible) will undergo a technical evaluation first. Each technical sub-factor will be assigned a rating of acceptable or unacceptable. The technical evaluation includes the following subfactors as described below: In order to be eligible for award, an acceptable rating must be received for all four sub-factors. Technical Sub-Factor 1: Work coordination - Contractor shall clearly and comprehensively describe their process to perform electrical substation services and the ability to follow, at a minimum, the requirements identified in PWS sections I, Paragraphs 1 through 1.3. Contractor shall not simply reiterate the PWS requirements but provide an approach to accomplishing or meeting these requirements. Technical Sub-Factor 2: Qualified Technicians- The Offeror shall provide certificate or documentation that shows all work will be performed by qualified technicians to install and maintaining high voltage Electrical Substation systems. The specific qualification being asked is in accordance with the PWS section 1.1.2. Technical Sub-Factor 3: Experience- Each offeror shall provide at least one, but no more than three, efforts (e.g., task order, purchase order, contract, etc.) on attachment 4, Experience Form. The experience must have been performed or managed by the offeror as either a prime contractor or subcontractor. Offeror may submit information for a single effort or overlapping combined efforts which show the offeror can perform at the same, or higher level of magnitude as this requirement (Appendix D). Offeror shall include relevant information regarding work required under this effort. Technical Sub-Factor 4: Mission Essential Plan- Each offeror shall provide a Mission Essential Plan in accordance with PWS para 4.8 and DFARS provision 252.237-7024. The following table shall be used for the evaluation of Sub-Factors 1, 2, 3, and 4: Adjectival Rating Description Acceptable Quote clearly meets the requirements of the solicitation. Unacceptable Quote does not clearly meet the requirements of the solicitation. To be determined technically acceptable an acceptable rating must be received for all four subfactors. Factor 2 - Price: All Offerors quotations that are determined to be technically acceptable will then undergo the next phase of evaluation. The Offerors' total evaluated prices (TEPs) will be evaluated for price reasonableness. The TEP will be the only discriminator amongst Offerors for this factor. Price analysis shall be used to evaluate the price reasonableness of each Offeror's TEP. The Offeror shall submit a price for each CLIN contained within Attachment 3, Contractor Submittal Form. For the purpose of evaluations, CLINs X004 is provided as a not to exceed amount and used for the purpose of evaluations. Offerors shall not change this price. This amount will be used for repairs only and may increase on any of the years or may not be used at all. The Government may compare Offeror TEPs, to the Independent Government Estimate (IGE), or may use other price analysis techniques per FAR 13.106-3(a). Evaluation of option prices shall not obligate the Government to exercise the options. For purposes of evaluation, the TEP is defined in Attachment 3, Contractor Submittal Form. All Offeror's quotations that are determined to be technically acceptable and have a TEP that can be determined fair and reasonable will then be ranked in accordance to price, starting with the lowest priced quotation first. Award will be made to that Offeror. Attachments: Provisions & Clauses Performance Work Statement June 2024 Contractor Submittal Form Experience Form Wage Determination 2015-5417 Rev 26

Post-Bid

Power Plant

$100,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

7

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
157
Active Projects
73
Bidding Soon
1,167
All Active Projects
508
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

July 29, 2024

September 3, 2024

October 1, 2025

img_map_placeholder

To Be Determined, Chey Mtn AFB, CO

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.