Inactive
Notice ID:FTQW121012
THIS IS A PRE-SOLICITATION NOTICE FOR REPAIR BLACKSTART GENERATOR AT EIELSON AFB, AK. The U.S.A.F. is seeking potential contractors qualified to include replacement of the 2.5 MW diesel blackstart gen...
THIS IS A PRE-SOLICITATION NOTICE FOR REPAIR BLACKSTART GENERATOR AT EIELSON AFB, AK. The U.S.A.F. is seeking potential contractors qualified to include replacement of the 2.5 MW diesel blackstart generator at Eielson's Central heat & Power Plant (CH&PP), to include: replacement of radiator, muffler, stack, controls, day tank and related ancillary components; installation of new steel grate catwalks, concrete floor and radiator and muffler foundations; replacement of generator room HVAC system; demo and reconstruction of the existing roof and upper walls of the blackstart generator room; and provision of a temporary blackstart capable generator for use when needed during construction period. All work is to be done at Eielson AFB, AK. The Government is contemplating a Firm Fixed Price (FFP) Sealed Bid contract for the Repair Blackstart Generator project. The estimated magnitude is between $5,000,000 and $10,000,000 IAW FAR 36.204(g). This posting is a pre-solicitation to inform potential vendors and is issued solely for informational and planning purposes. This posting is not an Invitation for Bids or a Request for Proposals. Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this pre-solicitation; all costs associated with responding to this pre-solicitation will be solely at the interested party's expense. Not responding to this pre-solicitation does not preclude participation in any future IFB, if one is issued. If a solicitation is released, it will be synopsized on the beta.SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The U.S.A.F. is requesting the following information from interested vendors: Company name and contact information to include phone number and email. Contractor capability statement. DUNS number and CAGE code. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran- owned small business, service disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 811310 size standard of $7,500,000. Interested parties should send above information via email matthew.arias.1@us.af.mil and zachary.finley.3@us.af.mil. Phone calls will NOT be accepted in response to this pre-solicitation. Interested parties are encouraged to register with this pre-solicitation. An actual solicitation is expected to be issued within the next 30 days. The due date and time for submission of bids will be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the specification and/or drawings, will be made available only on the Contract Opportunities (FBO) web site at beta.SAM.gov. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the System for Award Management (SAM) at https://www.sam.gov/.