Arizona Bids > Bid Detail

REPAIR AIRFIELD LIGHTING SYSTEM, GILA BEND AFAF

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159511081420200
Posted Date: Apr 27, 2023
Due Date: Jun 22, 2023
Solicitation No: W912PL23B0006
Source: https://sam.gov/opp/e3c8b37ce2...
Follow
REPAIR AIRFIELD LIGHTING SYSTEM, GILA BEND AFAF
Active
Contract Opportunity
Notice ID
W912PL23B0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST LOS ANGELES
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 27, 2023 01:57 pm PDT
  • Original Response Date: Jun 22, 2023 02:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N062 - INSTALLATION OF EQUIPMENT- LIGHTING FIXTURES AND LAMPS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Gila Bend , AZ 85337
    USA
Description

The U.S. Army Corps of Engineers Los Angeles District has been tasked to solicit for an award for Repair Airfield Lighting System, Gila Bend AFAF.





PROJECT DESCRIPTION: The project consists of Repair Airfield Lighting System, Gila Bend AFAF. This maintenance & repair project is located on Gila Bend Air Force Auxiliary Field (AFAF). The airfield lighting system serves an 11,000-foot VFR runway at Gila Bend AFAF requiring a properly configured lighting vault and airfield lighting necessary to provide proper airfield lighting for airfield operations. This project is within the existing Air Force owned and controlled boundaries on available existing auxiliary airfield under the direct control and responsibility of Luke AFB. The total contract performance period is three hundred and sixty-five (365) calendar days after receipt of Notice to Proceed (NTP).



MINIMUM CAPABILITIES REQUIRED INCLUDE THE FOLLOWING: Work includes Repair by replacement airfield lighting system & vault. Replace 40K LF of airfield lighting cable & conduit. Excavate, trench & place duct banks for cables, restore grade and surfaces to original condition. Replace taxi/ runway light fixtures, airfield directional/ informational lighted frangible signs, underground vaults, manholes, transformers & switch gear. Demo 432 SF existing lighting vault. Construct 700 SF lighting vault facility, steel framed, conc. Slab/ found., masonry, metal roof, appropriate utilities, emergency power generator & fire protection.



PROCUREMENT: This acquisition is 100% Small Business – Set aside. In accordance with FAR 5.502 (a)(4) the estimated magnitude range for this project is: Between $1,000,000 and $5,000,000. The North American Industry Classification Code (NAICS) for this procurement 238210, Electrical Contractors and Other Wiring Installation Contractors, with a size standard of $16,500,000.00



SELECTION PROCESS: This procurement will be conducted in accordance with 10 USC 2842 and ECB 2019-14, One-Phase Design-Build Selection Procedures.



This acquisition will be conducted under a competitively negotiated source selection process in accordance with FAR 15 – Contracting by Negotiation. The acquisition will be using Lowest Price Technically Acceptable procedures. This process does not permit tradeoffs among cost or price and non-cost factors and allows the government to award the contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the Lowest Price Technically Acceptable overall to the Government. Both technical and price proposals will be required. Non-cost factors (evaluation factors) may consist of the following: Past Performance, Technical Approach, Management Structure and Schedule.



CONTRACT TYPE: The government will award a firm fixed priced D-B construction contract to the offeror who submits a proposal that is the best value to the government.



Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that it will not pay more than 85 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. Any work that a similarly situated entity further subcontracts will count toward the Contractor’s 85 percent subcontract amount that it cannot exceed per Federal Acquisition Regulation (FAR) 52.219-14 Limitations on Subcontracting.



Anticipated solicitation W912PL-23-B-0006 issuance is on or about 2 months from the date of this notice. The official synopsis citing the solicitation number will be issued on.SAM.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.



SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION REQUIREMENT: Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY – SAM.GOV - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 915 WILSHIRE BLVD SUITE 1109
  • LOS ANGELES , CA 90017-3409
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 27, 2023 01:57 pm PDTPresolicitation (Original)

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 >