Skip to main content

An official website of the United States government

You have 2 new alerts

Electric Power Resiliency - Bldg. 16 at DDJC

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Updated)
  • Updated Published Date: Sep 17, 2024 10:38 am EDT
  • Original Published Date: Aug 08, 2024 04:17 pm EDT
  • Updated Date Offers Due: Sep 19, 2024 02:00 pm EDT
  • Original Date Offers Due: Sep 09, 2024 01:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2024
  • Original Inactive Date: Dec 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2GZ - REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:

Description

Amendment 0005 is being issued to extend the Bid opening date and time......Amendment 0005 is being issued to increase the period of performance and answer additional vendor questions. Amendment 0004 is being issued to correct an error in the provided magnitude of this construction effort.......... Amendment 0003 corrects answers to questions in amendment 0002 changes the Bid due date, and answers additional vendor questions..... Amendment 0002 answers vendor questions....Amendment 0001 corrects the Site Visit POCs email address..........Contractor is to furnish all labor, management, supervision, tools, materials, equipment, and transportation to ?Electric Power Resiliency - Bldg. 16? at DDJC with all the required components over the identified work areas. This project is 100% Small Business Set Aside. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize him/herself with the conditions existing there. PROJECT DESCRIPTION: This project is required to ?Electric Power Resiliency - Bldg. 16?. Contractor is to provide all labor, supervision, materials, tools, and equipment to install rooftop solar PV (photovoltaic) system per SOW and specifications for building 16.Performance Period: Contractor shall commence work upon Notice to Proceed and shall complete the entire work ready for use within 450 calendar days (15 months) after receipt of Notice to Proceed. Working Hours: The work shall be performed during regular working hours which consist of an 8-1/2 hour period established by the Contracting Officer, Monday through Friday, from 7:00am to 3:30pm (including clean-up), excluding Government holidays. Any work requiring power shut down shall be done on Sunday as approved by Contracting Officer in advance. Any work required to be conducted outside of regular working hours requires advance Contracting Officer approval. The NAICS Code for this procurement is 238210. The small business size standard is $19.0M.The magnitude of this construction effort is between $1,000,000 and $5,000,000.The tentative timeframe for issuance of the Invitation for Bid (IFB) solicitation SP3300-21-B-0009 for the above stated requirement is on or around August 5, 2024. The exact date and time for the pre-proposal/site visit will be stated in the solicitation. NOTICE TO VENDORS: Electronic submissions are mandatory for this solicitation, utilizing the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. To submit a Bid, vendors must have the Proposal Manager Role activated in the PIEE. Detailed guidance on posting a bid is provided in the PIEE Posting Offer demo, accessible through the general 10-step process described on the PIEE platform. ELECTRONIC SOLICITATION: All documents related to this solicitation, including attachments, amendments, and notifications, are posted to the PIEE Solicitation Module. A link to these documents will be available on www.sam.gov. All Bids and amendments must be submitted through the PIEE Solicitation Module only. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Paul Holbert at paul.holbert@dla.mil. All questions should be submitted in writing via email to the above. Prospective Bidders are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective Bidders are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the IFB due date. Failure to acknowledge amendments may render your bid ineligible for award. NOTE: All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award a contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.

Contact Information

Contracting Office Address

  • ACQUISITION OPERATIONS (J7) 430 MIFFLIN AVENUE SUITE 3102A
  • NEW CUMBERLAND , PA 17070-5008
  • USA

Primary Point of Contact

Secondary Point of Contact

History