Search Contract Opportunities

Critical Power Systems Installation Services

ID: 6973GH-24-R-00177 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Oct. 16, 2024, 5:52 p.m. EDT

Amendment P00001 posted on 10/16/2024 @ 4:41 pm CST with the following information:

1.) Uploaded the CPS SIR 6973GH-24-R-00177 Questions & Answers 10.16.24 excel spreadsheet.
2.) Uploaded a revised copy of the SOW titled "J.001 Critical Power Systems Statement of Work (SOW) Rev 1. 10-16-2024".
3.) Uploaded a revised copy of the CPS cost worksheet titled "J.024 Price Proposal Critical Power Systems Cost Worksheet
10-11-2024".
4.) Revised the SIR in the following sections: L.3, Table L-3: PHASE 1 FORMAT, L.3.1, M.1, M.1.2.2, M.1.2.3, M.3.1. The revised SIR supersedes the original SIR & is to be fully completed, signed, and dated along with this amendment.

5.) The SIR, Phase 1, close date has been extended from 10/18/2024 to 10/30/2024 at 6:00 pm Central Time.

The Federal Aviation Administration (FAA) has a requirement for the project management, design services, and installation/construction work for power systems and power system ancillary equipment and structures supporting the FAA Facility Power Systems programs at National Airspace System (NAS) facilities located throughout the United States and its territories.

Please see attachments for specifics.

Please ensure you read the solicitation (SIR) in its entirey and submit proposals as indicated.

The Acquisition Management System (AMS) applies to FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions of Federal acquisition law.

It is anticipated that a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract will be awarded as a result of this SIR.

All questions regarding the project/scope of work/plans must be received in writing to Amanda Garen @ amanda.j.garen@faa.gov & Stefanie Wiles @ stefanie.wiles@faa.gov no later than 6:00 p.m. CST on October 4, 2024, to allow for responses to be provided prior to due date for receipt of Phase 1 proposals.

Contractors must be registered with the System for Award Management, www.sam.gov on the date established for Phase 1 submittals, October 18, 2024. Reference AMS Clause 3.3.1-33, paragraph (d), if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.

Due date for Phase 1 proposals is October 18, 2024, at 6:00 pm Central Standard Time (CST). Email Phase 1 proposals to Amanda Garen @ amanda.j.garen@faa.gov & Stefanie Wiles @ stefanie.wiles@faa.gov.

Any responses received after 6:00 p.m. CST, October 18, 2024, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of submittal vendor's response may be determined ineligible.

As the FAA does not utilize sealed bidding contracting techniques, a public bid opening will not be held.

This SIR is not to be construed as a contract or a commitment of any kind. The Government will not be liable for payment of any costs attributed to the preparation and submission of proposals.

Posted: Sept. 17, 2024, 5:01 p.m. EDT
Background
The Federal Aviation Administration (FAA) requires project management, design services, and installation/construction work for power systems and ancillary equipment supporting the FAA Facility Power Systems programs at National Airspace System (NAS) facilities across the United States and its territories.

The contract aims to ensure compliance with FAA's operational needs and enhance the reliability of power systems within these facilities.

Work Details
The contractor will provide a range of services including project management, site surveys, design services, and installation/construction work for power systems. Specific tasks include:
- Site survey reports in accordance with SOW Section C.3.2.5 and CDRL Data Item No E001.
- Annual Program Management Review (PMR) reports as per SOW Section C.3.1.4 and CDRL Data Item No M002.
- Travel expenses for CONUS and OCONUS site visits, conferences, and Technical Interchange Meetings (TIMs).
- Engineering Design Services as outlined in SOW Section C.3.2.6 and CDRL Data Item No E002.
- Installation services following SOW Sections C.3.2.7 or C.3.2.8 and CDRL Data Item No E003.
- Equipment provision as specified in Attachment J.04 'Power Services Group Government Furnished Equipment (GFE)'.

The contract includes multiple task order CLINs for various services with firm fixed prices or not-to-exceed amounts.

Period of Performance
The base period of performance is 24 months from the date of contract award, with four additional option periods of 24 months each, potentially extending the total performance period to 10 years if all options are exercised.

Place of Performance
The construction projects will be performed at National Airspace System (NAS) facilities located throughout the United States and its territories.

Overview

Response Deadline
Oct. 30, 2024, 7:00 p.m. EDT (original: Oct. 18, 2024, 7:00 p.m. EDT) Past Due
Posted
Sept. 17, 2024, 5:01 p.m. EDT (updated: Oct. 16, 2024, 5:52 p.m. EDT)
Set Aside
None
Place of Performance
United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $200,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 9/17/24 Acquisitions & Business Services issued Solicitation 6973GH-24-R-00177 for Critical Power Systems Installation Services due 10/30/24. The opportunity was issued full & open with NAICS 238210 and PSC N061.
Primary Contact
Name
Stefanie Wiles   Profile
Phone
None

Secondary Contact

Name
Amanda J Garen   Profile
Phone
None

Documents

Posted documents for Solicitation 6973GH-24-R-00177

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 6973GH-24-R-00177

Incumbent or Similar Awards

Contracts Similar to Solicitation 6973GH-24-R-00177

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 6973GH-24-R-00177

Similar Active Opportunities

Open contract opportunities similar to Solicitation 6973GH-24-R-00177

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 6973GH FRANCHISE ACQUISITION SVCS
FPDS Organization Code
6920-6973GH
Source Organization Code
500000011
Last Updated
Nov. 30, 2024
Last Updated By
amanda.j.garen@faa.gov
Archive Date
Nov. 30, 2024