Loading...
FA568226QA003
Response Deadline
Apr 17, 2026, 12:00 PM(GMT+3)9 days
Eligibility
Contract Type
Sources Sought
Performance Work Statement: Village Power Communication Line Re‑Routing
1.0 Purpose and Background
The Village’s existing power and communication distribution network is currently routed above ground on a concrete pad using exposed cable trays. This configuration increases vulnerability to weather, physical damage, and operational disruptions. The purpose of this project is to relocate and reorganize the electrical and communication infrastructure into an underground conduit system to improve reliability, safety, and long‑term maintainability while enabling future expansion.
2.0 Scope of Work
The Contractor shall provide all labor, materials, equipment, and supervision required to install four, Ø110 mm underground PVC conduits for the Village’s power and communication lines, rerouting them from the existing concrete pad cable tray system into a new underground conduit network. Work includes:
• Installing appropriately sized conduits for electrical and communication lines.
• Ensuring all conduits are left empty, capped at both ends, and not filled, sealed, or obstructed with foam or any other material.
• All work must comply with NEC, IEEE, local utility standards, and site‑specific requirements.
3.0 Requirements
The Contractor shall perform the following work:
4.0 Deliverables
The Contractor shall deliver:
• Underground routing plan and construction drawings.
• Material submittals and technical data sheets.
• As‑built drawings showing conduit paths, depths, and cable identification.
5.0 Period of Performance
The period of performance is 14 working days from Notice to Proceed (NTP). A detailed schedule with milestones shall be submitted within 10 days upon award.
6.0 Place of Performance
All work will occur within the Village boundaries at the existing concrete pad cable tray locations and along the approved underground routing corridors.
7.0 USG & RoAF Assistance
The U.S. Government and Romanian Air Force may provide:
• Access to controlled areas and work zones.
• Coordination with local authorities and utility providers.
• Review and approval of submittals and design documents.
• Oversight and quality assurance inspections.
• No tools, materials, or labor will be provided by RoAF or USAF unless specifically stated.
8.0 Contractor‑Furnished Equipment/Information
The Contractor shall provide:
• All tools, equipment, vehicles, and machinery required for trenching and conduit installation.
• All conduits.
• PPE for all personnel.
• Surveying and testing equipment.
• Waste disposal and site restoration materials.
9.0 Acceptance Criteria
Work will be accepted when:
• All installations meet NEC, IEEE, and project specifications.
• Conduits are verified to contain draw strings and to be capped and unobstructed.
• As‑built documentation is complete and accurate.
• The site is restored to its original or improved condition.
• All deficiencies identified during inspections are corrected.
• A final inspection must be completed and documented prior to project closeout.
10.0 Security Requirements
The Contractor shall:
• Comply with all USG and RoAF security protocols. Base access requests must be submitted at least 7 days in advance.
• Ensure personnel have proper identification and authorization.
• Protect sensitive infrastructure information.
• Follow controlled‑area procedures where applicable.
11.0 Safety
The Contractor shall implement a comprehensive safety plan that includes:
• OSHA‑compliant work practices.
• Daily safety briefings and hazard assessments.
• Proper trenching and shoring.
• Immediate reporting of accidents or near‑miss incidents.
12.0 Warranty
The Contractor shall provide a minimum 12‑month warranty on all workmanship and installed materials, starting from the date of final acceptance. All defects identified during the warranty period shall be corrected at no additional cost.
Delvin Talton
Tara Higgins
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
U
S
AIR FORCES IN EUROPE
FA5682 31 CONS (UNIT 6102)
FA5682 31 CONS (UNIT 6102)
OPC 103 BOX 4
APO AE 09604-9001
APO, AE, 09604-6102