Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 6 PM
Solicitation
Tracy California

Replace Generator Building 220

Details

Solicitation ID SP330025B0003
Posted Date 25 Jun 2025 at 6 PM
Response Date 29 Jul 2025 at 5 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Distribution
Agency Department Of Defense
Location Tracy California United states 95304

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

National Industries For The Blind

Wayne Earth city Alexandria

L C Industries Incorporated

Hazlehurst Daytona beach Durham

Sign up to access Documents

Signup now
See Attached Solicitation SP330025B0003. Contractor is to furnish all labor, management, supervision, tools, materials, equipment, and transportation to Replace Generator Building 220 at DDJC with all the required components over the identified work areas. This project is 100% Small Business Set Aside. 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 him/herself with the conditions existing there. PROJECT DESCRIPTION: This project includes supplying and installing one new generator- 250 KW, 480V/277V, 3 Phase, 60Hz, diesel, and accessories in Building 220 at Defense Distribution San Joaquin CA per Scope of Work, Specifications and Drawings. The contractor is to prepare construction drawings and specifications to be reviewed and approved by the Government prior to ordering materials, equipment and beginning construction. Performance Period: Contractor shall commence work upon Notice to Proceed and shall complete the entire work ready for use within 548 calendar days (18 months) after receipt of Notice to Proceed. Working Hours: The work shall be performed during regular working hours which consist of an 8-1/2 hour period which will coincide with the working hours of Defense Logistics Agency, DDJC, consisting a normal, five (5) day, forty (40) hour week, Monday through Friday, from 7:00am to 3:30pm (including clean-up), excluding Federal Government holidays. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. They are New Years Day, Martin Luther King Day, Presidents Day, Memorial Day, Juneteenth, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday. The NAICS Code for this procurement is 238210. The small business size standard is $19M.The magnitude of this construction effort is between $500,000 and $1,000,000.The tentative timeframe for issuance of the Invitation for Bid (IFB) solicitation SP3300-25-B-0003 for the above stated requirement is on or around, 20 June 2025. The exact date and time for the pre-proposal/site visit will be stated in the solicitation. NOTICE TO VENDORS: Electronic submissions are mandatory for this solicitation, utilizing the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. To submit a Bid, vendors must have the Proposal Manager Role activated in the PIEE. Detailed guidance on posting a bid is provided in the PIEE Posting Offer demo, accessible through the general 10-step process described on the PIEE platform. ELECTRONIC SOLICITATION: All documents related to this solicitation, including attachments, amendments, and notifications, are posted to the PIEE Solicitation Module. A link to these documents will be available on www.sam.gov. All Bids and amendments must be submitted through the PIEE Solicitation Module only. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Paul Holbert at [email protected]. All questions should be submitted in writing via email to the above. Prospective offerors 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 offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the IFB due date. Failure to acknowledge amendments may render your bid ineligible for award. NOTE: All offerors 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 offeror 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. All responsible S mall Business concerns may submit a bid which shall be considered by this agency. The Government intends to award a contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.

Similar Opportunities

Yorktown Virginia 30 Jul 2025 at 7 PM
Ashland Kentucky 01 Aug 2025 at 6 PM
Ashland Kentucky 01 Aug 2025 at 6 PM
Ashland Kentucky 01 Aug 2025 at 6 PM
Ashland Kentucky 01 Aug 2025 at 6 PM

Similar Awards

Location Unknown 19 Jul 2010 at 7 PM
Location Unknown 25 Sep 2014 at 4 PM
Hurlburt field Florida 09 Jun 2016 at 1 PM
Westover Pennsylvania 31 Jul 2018 at 8 PM
Location Unknown 26 Sep 2016 at 2 PM