Inactive
Notice ID:1067228
1. The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide non-personal services as follows: 2. Description of S...
1. The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide non-personal services as follows: 2. Description of Services: Replace Live-Front and Unfused Transformers, Cannon AFB, NM. Remove and dispose of 16 pad-mounted transformers (See Appendix 1 & 2 in attached Statement of Work) in accordance with IEEE 799-1987, CAFB & MAFR Civilian Contractor Environmental Guide-2018, and UFGS 26 00 00.00 20 and UFGS 26 12 19.10. The existing concrete pads for transformers shall remain and be reused. The Contractor shall remove and dispose of existing transformers in accordance with UFGS 02 41 00. The contractor shall install new transformers that meet the following specifications: New transformers shall utilize environmentally friendly oil (i.e. FR3 or equivalent) and dead front fused (bay-o-net style or equivalent). The high and low voltage compartments shall be located side by side, separated by a steel barrier. When facing the transformer, the low voltage compartments shall be on the right. Terminal compartments shall be full height, air-filled, with individual doors. The high voltage door fastenings shall not be accessible until the low voltage door has been opened. Dead front bushings shall be either universal wells or one-piece integrated for use with separable connectors. Bushings shall be externally clamped and front removable. Switch to be 3-position for use on an alternate feed system with feed A feed B, or off. Switch to be 4-position “sectionalizing” type for use on an extended radial or loop-feed system with feed A, feed B, isolated-from-either-side, or through-feed to both sides. Switch to be 2-position switches to be used as “sectionalizing” switches on extended radial or loop-feed systems with feed-from-the-left, feed A, isolated B, or through-feed-to-both sides Assume that additional primary wiring will need to be pulled to each location from the existing source. Tests shall be conducted in accordance with the provisions of ANSI C57.12.90 and UFGS 26 12 19.10. a. NAICS: 238210, Electrical Contractors and Other Wiring Installation Contractors b. S/B Size Standard: $16.5M c. Estimated Magnitude of Construction: Between $1,000,000.00 and $5,000,000.00 2. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with Government personnel other than those specified in this RFI by potential offerors or their employees’ regarding this project is prohibited. 3. The Capability Statement should include general information, past performance and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: a. Company Cage Code, DUNS, name, address, point of contact, telephone number and e-mail address. b. Bonding capability. c. Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc). d. Indicate your role as “Prime Contractor” and what functions for which you plan to self perform as a percentage of the total and those which you intend to use subcontractors. e. If you indicated your roll will be a “Subcontractor” on Question 4, please indicate which functional areas you intend to cover. f. Indicate if your company primarily does business in the government and/or commercial sector. g. Indicate which NAICS code(s) your company usually performs under for government contracts. 4. For your business to be considered as a potential vendor for set aside purposes you must submit a Capabilities Statement as requested by this notice. Failure to do so may result in your business category not being considered as part of a decision by the government to set aside. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. If your firm is capable of providing the requirements described above, please provide a Capability Statement to the contract administrator and contracting officer by the deadline indicated in this sources sought.