Similar Projects
PSF ATS Replacement
Renovation
Bidding
$100,000 CJ est. value
Minneapolis, MN 55415

Premise Wiring Within B803
Renovation
Sub-Bidding
$100,000 CJ est. value
Minneapolis, MN 55450

LED Lighting Supplies
Infrastructure
Post-Bid

Traffic Signal Cable
Infrastructure
Post-Bid
Minneapolis, MN

50th Street West and Broadway Street Northeast Signal - Pedestrian Improvements and Fiber
Alteration
Results
$175,000 est. value
Minneapolis, MN 55467

Schneider Theatre Lighting System
Alteration
Results
Bloomington, MN 55431

Solar Power System Design and Installation Master
New Construction, Infrastructure
Post-Bid

2022 Electrical Infrastructure Program P13
Alteration
Results
MN

Maple Grove HS Auditorium Lighting Replacement
Alteration
Post-Bid
Maple Grove, MN 55369

Electrical Switchgear Replacements (STH)
Alteration
Results
Minneapolis, MN

Emergency Generator Maintenance M-547
Term Contract
Post-Bid

2022 Lucy Laney Lighting Upgrades
Alteration
Results
Minneapolis, MN 55412

Solar-Powered Recycling and Waste System for the TC Campus
Alteration
Post-Bid
Minneapolis, MN

Hennepin Avenue Bus Stop Technology
Alteration
Results
Minneapolis, MN 55467

Excelsior Commons Concessions Building
New Construction, Infrastructure, Alteration
Post-Bid
Minnetonka, MN

Last Updated 06/27/2023 08:10 AM
Project Title

Premise Wiring Within B745 at Minneapolis-St Paul ARB, MN

Physical Address View project details and contacts
City, State (County) Minneapolis, MN 55450   (Hennepin County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected July 2023
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The 934 Airlift Wing at the Minneapolis Air Reserve Station, Minneapolis, Minnesota has a requirement for Premise Wiring in Building 745. 934th Communications Squadron has a requirement for the Contractor to engineer, furnish, install and test (EFI&T) premise wiring within Building 745 at Minneapolis St Paul ARB. Newly installed premise wiring will support Unclassified but Sensitive Internet Protocol Router Network (NIPRNet), or Phone. And the installation of three network switches, two provided by the contractor one provided by 934 CS. See attached Statement of Objective (SOO) for details. Combined Synopsis/Solicitation Number: FA6633-23-R-A001 This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-02 Effective 16 March 2023, Defense Federal Acquisition Regulation Supplement Change Notice Effective 27 March 2023, and AFFARS (Air Force Federal Acquisition Regulation Supplement) Change Notice Effective 8 May 2023. This requirement is a total small business set aside. The NAICS code for this requirement is 238210, "Electrical Contractors and other Wiring Installation Contractors" and the size standard is $19M. The PSC/FSC Code is N061, "Installation of Equipment - Electric Wire and Power Distribution Equipment. Quotes will be evaluated in accordance with FAR Clause 52.212-2 (attached). Prospective vendors must be actively registered with the SAM.gov system. Per FAR Subpart 4.1102, offerors are required to be registered (Active) in System for Award Management (SAM) at time of submission of quote/proposal. Failure to do so will result in the offer being deemed ineligible for award. The offeror is responsible to download any amendments and other documents from the www.Sam.gov website without further notice from the 934th Airlift Wing Contracting Office. 092578 The Offeror or subcontractor must be a licensed contractor who can provide all requirements for this service. Description of Service: The Contractor shall provide all materials, transportation, labor, management, tools, and other incidentals necessary to meet the requirements as stated in the SOO. All materials provided shall be new and not refurbished. All work is to be performed in accordance with the SOO, contract award guidelines, contract clauses and wage determination. (Attachments 1a and 1b). CLIN Structure: This is a Firm Fixed Price (FFP) requirement that will result in a single award and will utilize CLIN 0010, 0040, 0060 and 0070 as indicated in the attached documents (Attachment 3 CLIN Structure). Price Proposal must have breakdown listing of all the CLINS. The basis for award is Lowest Price Technically Acceptable (LPTA) with two evaluation criteria: 1. Price Proposal & 2. Technical Proposal. RFP posted on SAM.gov 24 May 2023 Site Visit - 07 June 2023 (refer to Attachment 2) Questions on Project Due - 09 June 2023 Government Response to Questions - 14 June 2023 Proposals Due - 23 June 2023 Contract Award - Prior to 30 June 2023 Additionally, the awarded contract will include the following FAR clauses and any other applicable clauses not previously included: 52.236-27 Alt I, Site Visit (Construction) 252.232-7006 Wide Area Workflow Payment Instructions There is a Site Visit scheduled for 07 JUN 2023 at 12:30 PM (CST). Please see Attachment 2, Site Visit Information, for additional details. Contact the Contracting Office with your interest and provide required documentation for those attending. Karen Gillen karen.gillen@us.af.mil or Chin Dahlquist chin.dahlquist.1@us.af.mil Questions shall be sent by e-mail to karen.gillen@us.af.mil and chin.dahlquist.1@us.af.mil by June 9 2023 COB 1600 CST. It is the firm, or individual, responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at https://www.acquisition.gov NOTE: OFFICIAL UNITED STATES (US) GOVERNMENT PURCHASES ARE TAX EXEMPT. Attachments: 1a. SOO 1b. SOO Proposed Comm Room and Drop Locations 2. Site Visit Information 3. CLIN Structure 4. Instructions and Evaluation Criteria 5. Justification to Use Brand-Name Restriction (redacted) 6. Clause Selection for FAR and DFARS AFFARS Clauses Incorporated by Full Text 5352.201-9101 AFRC Ombudsman 10/1/2019 An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Col David Robertson, HQ AFRC/DSD, 155 Richard Ray Blvd, Robins AFB GA 31098. Comm: 478-327-2440. Email: david.robertson.3@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 10/1/2019 Contractors shall not: Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC- 12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]

Details

Division 26 - Electrical.

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