BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Sloan, Nevada. Completed plans call for the renovation of a communication facility.

The site visit has been cancelled due to no RSVPs. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, following FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible offeror who submits a quote that (1) conforms to the requirements of the synopsis/solicitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the quote with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. The Government reserves the right to award without discussions or to make no award at all depending upon (1) the quality of quotes received and (2) whether proposed prices are determined to be fair and reasonable. 1. The solicitation number is F3G3CE4184A001. This solicitation is issued as a Request for Proposal (RFP). A Firm Fixed Price type contract will be awarded. 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, effective 22 May 2024. 3. This combined synopsis/solicitation is being issued as a 100% Small Business set-aside, and the associated NAICS code is 238210 - Electrical Contractors and Other Wiring Installation Contractors, Small Business Size Standard $19.0M. 4. Offeror's shall provide a completed proposal. Below is the contract line-item number (CLIN) breakdown: Item Supplies/Services Qty Unit Unit Price Amount 0001 Repair by Replacement OB Light Lights & Controller 120' Antenna Tower Bldg. 1603 IAW SOO 1 Job 0002 Repair by Replacement Stadium Lighting Poles 145 & 146 IAW SOO 1 Job 5. DESCRIPTION OF SERVICES: Contractor shall furnish all labor, equipment, material, transportation, administration, supervision and all else necessary to perform all operations in connection with successfully completing this project (Repair by replacement OB Lights & Controller 120' Antenna Tower Bldg. 1603, and OB lights & Controller and Stadium Lighting Poles 145 & 146). Upon completion, the project shall be as shown below, tested for proper operation, and inspected by 99 CES Electrical shop for final acceptance. Panel schedules and circuitry shall be labeled, and be free from opens, shorts or grounds. PLEASE SEE "ATTACHMENT 2 - Statement of Objectives" FOR MORE INFORMATION. 6. Period of Performance: 60 Days, ADR Place of Performance: Nellis AFB, NV 7. Inspection and Acceptance: FOB Destination FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services (Mar 2023) REQUIREMENTS. All quotes shall include the following minimum information: Product Specifications, CAGE Code, SAM Unique Entity ID, Taxpayer I.D. No., Payment Terms, Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register. To ensure your quote along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time. (1) FAR 52.212-1, paragraph (b)(8), is changed to read: (8) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (2) FAR 52.212-1, paragraph (c), is changed to read: (c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (3) To be considered for this requirement, the offer must complete the Price Sheet. Fully complete the pricing on each CLIN as required. The contractor shall fill out a unit price, the extended price and a total price for all CLINs. Please ensure that all prices, extended prices and total prices are checked and verified for accuracy. DO NOT go two (2) digits beyond the decimal point. (4) In accordance with FAR Part 9, Contractor Qualifications, the Government has a right to retrieve past performance information through the Government's past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). Any active exclusions will deem the contractor non-responsible, therefore, the offeror will not be eligible for contract award. An offeror determined to have an unsatisfactory performance record will be determined non-responsible, therefore, the offeror will not be eligible for contract award. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. 52.212-2, Evaluation - Commercial Items (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Technical Factor 2 - Price All proposals will be graded Acceptable or Unacceptable by (1) Technical, based on an Acceptable or Unacceptable rating; and (2) Price, in order of their price rankings, lowest to highest. Evaluations will cease once an (1) Acceptable technical evaluation and (2) lowest priced selected. Factor 1 - Technical. To be determined technically acceptable Contractor shall provide a technical proposal that clearly meets the requirements of the Solicitation and demonstrates the Contractor's ability to perform the services in accordance with the Statement of Objectives (SOO). Technical Acceptable/Unacceptable Ratings: Rating Description Acceptable: The proposal clearly demonstrates a thorough understanding of the requirements and describes an approach to demonstrating how the tasks will be accomplished in accordance with the outlined services summary table in the Statement of Objectives. Unacceptable: The proposal does not demonstrate an understanding of the requirement. A demonstration of how the tasks will be accomplished is not clearly defined. Factor 2 - Price. The Government shall conduct a price evaluation of offers receiving an Acceptable Technical Rating. The Government will utilize an Abstract of Offers by arranging offers from lowest price to highest price. The Government will begin the evaluations with the lowest priced offer. Once a lowest priced, technically acceptable and responsible offer is identified, evaluations will cease. The Government will evaluate an offer by total price for CLIN 0001 Repair by Replacement OB Light Lights & Controller 120' Antenna Tower Bldg. 1603 IAW SOO and CLIN 0002 Repair by Replacement Stadium Lighting Poles 145 & 146 IAW SOO. The lowest priced offer receiving an Acceptable Technical Rating will be awarded the service contract. If only one offer is received, the Government may use various price analysis techniques and procedures to ensure a fair, reasonable, and realistic price. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness. Contract may be awarded to the offeror who is deemed responsible and technically acceptable in accordance with FAR Part 9.1, whose offer conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this RFP) and is judged, based on the evaluation. The Government intends to evaluate proposals and award one (1) contract without discussions with offerors. Therefore, the offeror's initial proposal shall contain the offeror's best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. A written notice of award or acceptance of an offer shall result in a binding contract utilizing the offeror's Acceptable proposal. SITE VISIT: Wednesday, 7 August 2024 @ 09:30 AM PDT. Meet-up will be at Nellis AFB Visitor's Center at 09:00 AM PDT. All vendors must RSVP by submitting names directly to Ms. Samira Tamules via email at samira.tamules@us.af.mil, no later than 31 July 2024, 10:00 AM PDT. No more than two (2) representatives per company may attend. QUESTIONS. Questions arising from the Site Visit, shall be asked, in writing, and sent no later than Tuesday, 13 August 2024 @ 10:00 AM PDT. Questions submitted after the aforementioned cutoff date will not be reviewed or answered. Questions shall be submitted directly to Ms. Samira Tamules via email at samira.tamules@us.af.mil. All responses to questions will be posted to SAM.gov for viewing. OFFER DUE DATE. Offers are due on Friday, 16 August 2024 at 10:00 AM PDT. Only electronic offers submitted via email will be considered for this requirement. Submit questions and offers to Samira Tamules at samira.tamules@us.af.mil. Please include the solicitation number, F3G5BA4156AL01, in the subject line of the email to ensure prompt receipt of your offer. DELIVERABLES: At a minimum, Offerors shall provide the following with their proposal: Technical Proposal outlining how the work will be accomplished IAW the SOO. Price List with breakdown of costs Offers that do not include a complete proposal will be deemed unresponsive and not considered. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/ (End of clause) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Products and Commercial Services (Dec 2022) FAR 52.212-4 - Contract Terms and Conditions--Commercial Products and Commercial Services (Dec 2022) FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Products and Commercial Services (Mar 2023) FAR 52.219-1 - Small Business Program Representations (Mar 2023) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, following FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible offeror who submits a quote that (1) conforms to the requirements of the synopsis/solicitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the quote with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. The Government reserves the right to award without discussions or to make no award at all depending upon (1) the quality of quotes received and (2) whether proposed prices are determined to be fair and reasonable. 1. The solicitation number is F3G3CE4184A001. This solicitation is issued as a Request for Proposal (RFP). A Firm Fixed Price type contract will be awarded. 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, effective 22 May 2024. 3. This combined synopsis/solicitation is being issued as a 100% Small Business set-aside, and the associated NAICS code is 238210 - Electrical Contractors and Other Wiring Installation Contractors, Small Business Size Standard $19.0M. 4. Offeror's shall provide a completed proposal. Below is the contract line-item number (CLIN) breakdown: Item Supplies/Services Qty Unit Unit Price Amount 0001 Repair by Replacement OB Light Lights & Controller 120' Antenna Tower Bldg. 1603 IAW SOO 1 Job 0002 Repair by Replacement Stadium Lighting Poles 145 & 146 IAW SOO 1 Job 5. DESCRIPTION OF SERVICES: Contractor shall furnish all labor, equipment, material, transportation, administration, supervision and all else necessary to perform all operations in connection with successfully completing this project (Repair by replacement OB Lights & Controller 120' Antenna Tower Bldg. 1603, and OB lights & Controller and Stadium Lighting Poles 145 & 146). Upon completion, the project shall be as shown below, tested for proper operation, and inspected by 99 CES Electrical shop for final acceptance. Panel schedules and circuitry shall be labeled, and be free from opens, shorts or grounds. PLEASE SEE "ATTACHMENT 2 - Statement of Objectives" FOR MORE INFORMATION. 6. Period of Performance: 60 Days, ADR Place of Performance: Nellis AFB, NV 7. Inspection and Acceptance: FOB Destination FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services (Mar 2023) REQUIREMENTS. All quotes shall include the following minimum information: Product Specifications, CAGE Code, SAM Unique Entity ID, Taxpayer I.D. No., Payment Terms, Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register. To ensure your quote along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time. (1) FAR 52.212-1, paragraph (b)(8), is changed to read: (8) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (2) FAR 52.212-1, paragraph (c), is changed to read: (c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (3) To be considered for this requirement, the offer must complete the Price Sheet. Fully complete the pricing on each CLIN as required. The contractor shall fill out a unit price, the extended price and a total price for all CLINs. Please ensure that all prices, extended prices and total prices are checked and verified for accuracy. DO NOT go two (2) digits beyond the decimal point. (4) In accordance with FAR Part 9, Contractor Qualifications, the Government has a right to retrieve past performance information through the Government's past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). Any active exclusions will deem the contractor non-responsible, therefore, the offeror will not be eligible for contract award. An offeror determined to have an unsatisfactory performance record will be determined non-responsible, therefore, the offeror will not be eligible for contract award. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. 52.212-2, Evaluation - Commercial Items (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Technical Factor 2 - Price All proposals will be graded Acceptable or Unacceptable by (1) Technical, based on an Acceptable or Unacceptable rating; and (2) Price, in order of their price rankings, lowest to highest. Evaluations will cease once an (1) Acceptable technical evaluation and (2) lowest priced selected. Factor 1 - Technical. To be determined technically acceptable Contractor shall provide a technical proposal that clearly meets the requirements of the Solicitation and demonstrates the Contractor's ability to perform the services in accordance with the Statement of Objectives (SOO). Technical Acceptable/Unacceptable Ratings: Rating Description Acceptable: The proposal clearly demonstrates a thorough understanding of the requirements and describes an approach to demonstrating how the tasks will be accomplished in accordance with the outlined services summary table in the Statement of Objectives. Unacceptable: The proposal does not demonstrate an understanding of the requirement. A demonstration of how the tasks will be accomplished is not clearly defined. Factor 2 - Price. The Government shall conduct a price evaluation of offers receiving an Acceptable Technical Rating. The Government will utilize an Abstract of Offers by arranging offers from lowest price to highest price. The Government will begin the evaluations with the lowest priced offer. Once a lowest priced, technically acceptable and responsible offer is identified, evaluations will cease. The Government will evaluate an offer by total price for CLIN 0001 Repair by Replacement OB Light Lights & Controller 120' Antenna Tower Bldg. 1603 IAW SOO and CLIN 0002 Repair by Replacement Stadium Lighting Poles 145 & 146 IAW SOO. The lowest priced offer receiving an Acceptable Technical Rating will be awarded the service contract. If only one offer is received, the Government may use various price analysis techniques and procedures to ensure a fair, reasonable, and realistic price. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness. Contract may be awarded to the offeror who is deemed responsible and technically acceptable in accordance with FAR Part 9.1, whose offer conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this RFP) and is judged, based on the evaluation. The Government intends to evaluate proposals and award one (1) contract without discussions with offerors. Therefore, the offeror's initial proposal shall contain the offeror's best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. A written notice of award or acceptance of an offer shall result in a binding contract utilizing the offeror's Acceptable proposal. SITE VISIT: Wednesday, 7 August 2024 @ 09:30 AM PDT. Meet-up will be at Nellis AFB Visitor's Center at 09:00 AM PDT. All vendors must RSVP by submitting names directly to Ms. Samira Tamules via email at samira.tamules@us.af.mil, no later than 31 July 2024, 10:00 AM PDT. No more than two (2) representatives per company may attend. QUESTIONS. Questions arising from the Site Visit, shall be asked, in writing, and sent no later than Tuesday, 13 August 2024 @ 10:00 AM PDT. Questions submitted after the aforementioned cutoff date will not be reviewed or answered. Questions shall be submitted directly to Ms. Samira Tamules via email at samira.tamules@us.af.mil. All responses to questions will be posted to SAM.gov for viewing. OFFER DUE DATE. Offers are due on Friday, 16 August 2024 at 10:00 AM PDT. Only electronic offers submitted via email will be considered for this requirement. Submit questions and offers to Samira Tamules at samira.tamules@us.af.mil. Please include the solicitation number, F3G5BA4156AL01, in the subject line of the email to ensure prompt receipt of your offer. DELIVERABLES: At a minimum, Offerors shall provide the following with their proposal: Technical Proposal outlining how the work will be accomplished IAW the SOO. Price List with breakdown of costs Offers that do not include a complete proposal will be deemed unresponsive and not considered. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/ (End of clause) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Products and Commercial Services (Dec 2022) FAR 52.212-4 - Contract Terms and Conditions--Commercial Products and Commercial Services (Dec 2022) FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Products and Commercial Services (Mar 2023) FAR 52.219-1 - Small Business Program Representations (Mar 2023) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (Jan 2023) AFFARS 5352.201-9101 - Ombudsman (Oct 2019) AFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Oct 2019) List of Attachments Attachment 1 - Statement of Objectives, dated July 2024 LOCATION: The project site is located on Perimeter Road. Bldg. 1603, 120' Antenna Tower, Nellis AFB, Nevada 89191. The Main Base is located approximately nine miles north of downtown Las Vegas on Las Vegas Blvd. NAFB consists of three main areas: The Main Base, Area II, and Area III. DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (Jan 2023) AFFARS 5352.201-9101 - Ombudsman (Oct 2019) AFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Oct 2019) List of Attachments Attachment 1 - Statement of Objectives, dated July 2024 LOCATION: The project site is located on Perimeter Road. Bldg. 1603, 120' Antenna Tower, Nellis AFB, Nevada 89191. The Main Base is located approximately nine miles north of downtown Las Vegas on Las Vegas Blvd. NAFB consists of three main areas: The Main Base, Area II, and Area III.

Post-Bid

Communication

$100,000.00

Public - Federal

Renovation

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

5

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
43
Active Projects
19
Bidding Soon
442
All Active Projects
216
Updated Recently

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.

The best commercial construction data available. Period.

Access 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.

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.