Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SP3300-19-B-0004
Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work at DLA Distribution Joaquin, CA (DDJC): Replace Solar PV and Water Heater at Building 1...
Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work at DLA Distribution Joaquin, CA (DDJC): Replace Solar PV and Water Heater at Building 100. 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 themselves with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. Summary of Work: a. Contractor is to provide all labor, supervision, materials, tools, and equipment design and install roof mounted solar photovoltaic system for building 100. b. PV electrical output will be interconnected with the existing electric service to the building. c. All PV generated will be used to displace "behind-the-meter" retail electric consumption. d. The PV solar panels' layout of the rooftop PV system shall be designed so as not to interfere with the servicing of existing mechanical equipment, roof drains, or other roof equipment that requires regular servicing. Access aisles will be provided on the rooftop and appropriate clearances to maintain roof top mechanical equipment. e. PV system shall meet 100 mph 3 second gush wind load. f. Use maximum ballasts for PV panel anchoring. Repair, seal, weather tight all roof penetration. Coordinate with Durolast Roofing Inc. to provide certificate of roof warranty not invalidated by solar PV installation. g. Output from the PV panels will be converted to AC through inverter mounted on solar panels and then interconnected to the main electrical switchgear. The new PV systems will tie in with the existing Base-wide electrical distribution system. h. PV system design include appropriate disconnects and grounding systems to safely interface with the government's distribution. All work shall be performed complete and in accordance with the Scope of Work, specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence work after the Notice to Proceed is issued and shall complete the entire work ready for use including final submittals within 180 calendar days after receipt of Notice to Proceed. 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. This acquisition is set-aside 100% for small business concerns. The NAICS Code for this procurement is 238210. The small business sized standard is $15,000,000.00. The magnitude of this construction effort is between $500,000.00 and $1,000,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-19-B-0004 for the above stated requirement is on or around 10 June 2019. A pre-bid/site visit will be conducted. The exact date and time for the pre-bid/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective bidders via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist, Benjamin Bailey, at Benjamin.bailey@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 bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All bidders 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 bidder 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. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest, responsive, responsible bidder. A bidder must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.