Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:MUHJ16-4065
The USAF anticipates issuing an Invitation for Bid (IFB) via the Federal Business Opportunities (FBO) portal on or about 16 August 2019. Paper copies will not be available. The Government will evaluat...
The USAF anticipates issuing an Invitation for Bid (IFB) via the Federal Business Opportunities (FBO) portal on or about 16 August 2019. Paper copies will not be available. The Government will evaluate bids in response to the solicitation without discussions and will award a contract to the responsible bidder whose bid, conforming to the solicitation, will be the most advantageous to the Government, considering only price and the price-related factors specified elsewhere in the solicitation. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf) and WinZip (.zip or .exe). The magnitude of this contract, IAW FAR 36.204(f), will be between $1,000,000 and $5,000,000. The period of performance is two hundred and six (206) calendar days from notice to proceed. All work shall be in strict compliance with the specifications of the contract and of the specifications and drawings. The North American Industry Classification System (NAICS) code is 238210, Size Standard $15M. Please ensure ALL Reps and Certs are current and up-to-date in the System for Award Management (SAM). Registration requires applicants to have a Data Universal Numbering System (DUNS) number assigned/regulated by Dun & Bradstreet (D&B). The government intends to hold a site visit on or about 22 August 2019. The exact date and time will be identified in the solicitation. General Scope: Furnish all plant, labor, equipment, materials, tools and perform all operations necessary to perform work to repair by replacement, the Runway 08 Approach Lighting System. The project is located near the west end of the aircraft runway at Langley Air Force Base in Hampton, VA. Additional work includes replacement of an existing 22kv transformer, located in the Accident Potential Zone, which serves the Navigation Control Facility (Building 398). The transformer will be replaced with a new 22kv transformer. The new transformer will be located in a location adjacent to Building 398. New primary cabling will be extended from the new transformer back to switch S1-020 as shown on construction documents. All work shall be in accordance with the design drawings and specifications. The following is the scope of work for specific areas of the airfield: • The existing ALSF-1 system will be removed except for supplemental threshold lights and a new ASLF-1 system will be installed in nearly the same alignment. All sequenced flasher equipment, light bars, cabling and materials provided in this project will be new, unless noted otherwise. • This project will remove existing constant current cabling and conduit from the threshold to the existing ALSF-1 equipment. New constant current cabling, conduits, light bars, and pullcans will be installed from the threshold to the new ALSF-1 equipment. The existing light bars in the paved overrun will be removed and new light bars installed to meet UFC and FAA requirements. • New cabling will be installed from the master flasher controller station to each ALSF-1 sequenced flashing light station equipment. • Existing constant current circuit ducts from the threshold can plaza and master control station to the ASLF-1 equipment will be removed and replaced with new Air Force standard pullcan plazas and new concrete duct banks to all ASLF-1 equipment. The new duct banks installed will consist of six (6)-2" conduits. Spacing of 12" between the power and signal conduits will be maintained throughout the entire new duct bank run. • Directional boring under the paved overrun, indicated in the design drawings, will be replaced with new concrete duct banks. • This project will provide new CCR's with integral controls and connections to the AFLCS and should operate in the same manner as existing CCR's. Coordination and calibration with the existing AFLCS will be required. Programming and testing will be required to integrate new systems. • Mill and overlay the existing asphalt paved overrun to match the grade of the new light bars. Paint airfield markings to meet UFC requirements. • Modifications to the AEV include the following: 1. Remove three (3) existing switchgear type 20A CCR's. 2. Furnish and install four (4) new switchgear type 6.6A CCR's. 3. Replace threshold light 20A isolation transformers with 6.6A isolation transformers 4. Connection to four (4) new CCR circuits (A, B, C, and DJ). 5. Connection to master flasher signal station. 6. Update and calibrate A1LCS metering and control programming as required.