CES Repair Communications Infrastructure
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 (Updated)
- Updated Published Date: Jul 09, 2024 10:42 am EDT
- Original Published Date: Jun 28, 2024 10:40 am EDT
- Updated Response Date:
- Original Response Date:
- Inactive Policy: Manual
- Updated Inactive Date: Dec 31, 2024
- Original Inactive Date: Dec 31, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1BG - CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES
- NAICS Code:
- 238210 - Electrical Contractors and Other Wiring Installation Contractors
- Place of Performance: Springfield , IL 62704USA
Description
SYNOPSIS – GENERAL RFQ SB Set-aside
Document Type: Pre-solicitation Notice
Classification Code Y1AA - Construction of Office Buildings
Set Aside: Small Business
NAICS Code: 238210- Electrical Contractors & other Wiring Installation Contractors
The 183d Wing Base Contracting Office intends to issue a Request for Quote to award a single firm fixed-price contract for services, non-personal, to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary provide various repairs to communications infrastructure in Building 8, such as grounding server racks, additional electrical circuits for future equipment, new 125 AMP sub panel and make connection to existing generator at the 183d Wing, Springfiedl, IL.
The contract duration is 59 days after the notice to proceed (NTP). This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 238210, with a size standard of $19,000,000. The magnitude is between $25,000 and $100,000,000.
Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING which states “By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees” applies to this project. The tentative date for issuing the solicitation is early July 2024. The tentative date for the pre-bid conference is early-mid July 2024, location will be in solicitation. Interested contractors are highly encouraged to attend and shall follow site visit registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted not later than (NLT) the date listed in the solicitation via email to CMSgt Brent Keller at Brent.Keller.1@us.af.mil and 1st Lt Alicia Braun at Alicia.Braun@us.af.mil.
The bid opening date is scheduled tentatively around late July. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in SAM. To register go to: https://sam.gov. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities (formerly FBO) website online at https://sam.gov. Contract Opportunities is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with Contract Opportunities before accessing the system. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY.)
DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to https://sam.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferably via email, to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 183d Wing, Illinois Air National Guard Base, Springfield, IL.
Attachments/Links
Contact Information
Contracting Office Address
- KO DODAAC FOR ILANG DO NOT DELETE 3101 J DAVID JONES PKW CAPITOL APRT
- SPRINGFIELD , IL 62707-5003
- USA
Primary Point of Contact
- Brent D. Keller
- Brent.Keller.1@us.af.mil
- Phone Number 2177571251
Secondary Point of Contact
- Alicia C. Braun
- Alicia.Braun@us.af.mil
- Phone Number 2177571265
History
- Jan 01, 2025 12:00 am ESTPresolicitation (Updated)
- Jul 12, 2024 06:08 pm EDTSolicitation (Original)
- Jun 28, 2024 10:40 am EDTPresolicitation (Original)