Similar Projects
3420 Kirkwood Highway Self Storage
New Construction, Infrastructure - 104,016 SF
Conception
$11,000,000 CJ est. value
Wilmington, DE 19808

Office Building Renovation
Renovation - 27,000 SF
Conception
New Castle, DE 19720

The Cascades
New Construction
Design
$4,000,000 est. value
Christiana, DE 19702

Birdies Golf Facility
New Construction, Infrastructure - 30,173 SF
Design
$7,000,000 CJ est. value
Middletown, DE 19709

Deck Replacement and Miscellaneous Repairs St. Georges Bridge
Infrastructure
Bidding
$100,000,000 CJ est. value
Saint Georges, DE 19733

Robscott Manor Stream Restoration
Infrastructure
Bidding
$400,000 CJ est. value
Newark, DE 19713

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Scannell Readiness Center-Second Floor Restroom Improvements
Renovation
Results
Delaware City, DE 19706

St. Georges Streetscape Phase III
Results
DE

701 Industrial Drive Warehouse Addition
Addition, Demolition, Infrastructure - 55,500 SF
Pending Verification
$2,000,000 CJ est. value
Middletown, DE 19709

Ruthar Drive Office Addition
Addition, Demolition, Renovation, Infrastructure - 63,988 SF
Pending Verification
$6,000,000 CJ est. value
Newark, DE 19711

Village of Canterbury Apartments Expansion
New Construction, Infrastructure
Conception
$9,000,000 CJ est. value
Newark, DE 19702

132 East Main Street Mixed Use
New Construction, Infrastructure
Design
$13,000,000 CJ est. value
Newark, DE 19711

Hunter's Ridge Stormwater Management Pond Upgrade
Infrastructure
Bidding
$400,000 CJ est. value
New Castle, DE 19720

Last Updated 09/21/2022 03:33 AM
Project Title

Exterior Lighting

Physical Address View project details and contacts
City, State (County) New Castle, DE 19720   (New Castle County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Maintenance, Military Facility, Sidewalks/Parking Lot, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $195,250 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 15, 2022 Contract Award Number: W50S6X-22-C-0002 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: K9VHMCPKTXD6 Contractor Awarded Name: LED LIGHTING SOLUTIONS LLC Contractor Awarded Address: Berlin, CT 06037-3323 USA Base and All Options Value (Total Contract Value): $195250.01 BUILDING 2602 HVAC REPLACEMENT Work shall be perf ormed in accordance w ith the SOW. This project is being solicited as Total Small Business Set Aside. The North American Industry Classif ication System (NAICS) Code is 238210, and the Small Business Size Standard is $16,500,000.00. In accordance w ith FAR 36.204, the construction project magnitude is betw een $100,000.00 and $250,000.00. A pre-bid conference and site visit has been scheduled. See Section 00100 and Clause 52.236-27 for details. Aw ard w ill be made to the responsible offeror w ho conforms to the solicitation and is most advantageous to the Government considering only price and price related factors. Evaluation of offerors w ill be in accordance w ith Section 00120. Funds are not presently available for this contract. Currently, the Government anticipates funds w ill become available prior to but no later than midnight 30 Sep 2022. This action has been identified on the National Guard priority list for aw ard if funds become available and the prices received are w ithin an aw ardable range. Proposals shall only be submitted using email to: kelly.hess@us.af.mil SF1442, BLOCK 11 - SEE SECTION 00700, CLAUSE 52.211-10 FOR PERIOD OF PERFORMANCE *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. POP 11-OCT-2022 TO 11-JAN-2023 SCOPE 1.1. You are invited to submit a proposal in response to our Request for Proposal W50S6X22R0005 for Project No. JLWS182065 at the Delaware Air National Guard. As a result of this solicitation, the Government intends to award a single Firm Fixed Price (FFP) contract to the responsible offeror whose proposal represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. 1.2. This solicitation is set-aside 100% for small businesses. 2. NOTICE OF PRE-PROPOSAL CONFERENCE 2.1. A pre-proposal conference will be conducted on Wednesday August 10, 2022 at 1300 (1:00PM) EST for the purposes of briefing on the proposal requirements and answering questions regarding this solicitation. This conference will be held at Delaware Air National Guard - Building 2803 (Civil Engineering Squadron). Interested Contractors are highly encouraged to attend the pre-proposal conference. The site visit will be held following the conference. 2.2. Due to security conditions, all offerors must register to attend this conference and site visit. Email the following information for all attendees to kelly.hess@us.af.mil . Visitor's Name Last Four Digits of Social Security No. Driver's License No., State Issued and Expiration Date Date of Birth Citizenship 2.3. This information must be provided in advance, not later than 4 business days prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the pre-proposal conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site. 2.4. Visitors must pick up their passes at the Installation's Main Entry Gate prior to arrival. You will be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Driver's License, (3) Proof of Insurance for Vehicle, and/or (4) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. 2.5. Information provided at this conference or site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. 2.6. A record of the conference shall be made and furnished to all prospective offerors via posting to SAM.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. 3. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS 3.1. Submit all questions via email to the contracting office at the address shown below. Do NOT contact the W50S6X22R0005 Page 10 of 51 A-E or Engineering personnel directly. Doing so will only delay the response to your question. Subject Line: Reference No. W50S6X22R0005 Email: kelly.hess@us.af.mil Proposal Inquiry: Be specific as to part of solicitation you are questioning. 3.2. Any explanation desired by an offeror regarding the meaning or interpretation of the solicitation, or proposals, drawings, specifications, etc. must be requested in writing and with sufficient time allowed for a reply to reach offerors before the submission of their offer. 3.3. The Contracting Officer reserves the right to address questions received after the tenth day prior to solicitation closing with those offers deemed compliant and/or in the competitive range after closing. All questions and requests for information (RFI) must be received NOT LATER THAN the tenth working day prior to closing and will be posted not later than two working days prior to closing. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents