Proj No.: 95170, Construct a 10MW Generation Plant, with Microgrid Controls
ID: W912HN25BA006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST SAVANNAHSAVANNAH, GA, 31401-3604, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers, Savannah District, is soliciting bids for the construction of a 10MW Generation Plant with Microgrid Controls at Fort Stewart, Georgia. This project, classified as a 100% Total Small Business Set-Aside, aims to enhance energy resilience and sustainability by integrating new natural gas generators with existing solar photovoltaic assets and microgrid systems. The estimated construction cost ranges between $25 million and $100 million, with bids due by August 7, 2025, at 12:00 PM local time, and a virtual bid opening scheduled shortly thereafter. Interested contractors must register in the System for Award Management (SAM) and submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with a bid guarantee required at submission.

    Files
    Title
    Posted
    The document is an Abstract of Offers for a construction project (W912HN25BA006) titled "Construct a 10MW Generation Plant, with Microgrid Controls" at Fort Stewart, Georgia. Issued on March 20, 2025, and opened on August 7, 2025, this 100% Small Business Set-Aside Procurement outlines bids from multiple offerors for four key items. Item 0001 covers the construction of the 10MW Power Station with Microgrid controls, including power and pathway infrastructure. Item 0002 details site development, hardstand, and utility extensions (natural gas, water). Item 0003 is a pre-priced line item for work by Canoochee EMC within the 10MW Power Station, 25kV Canoochee Switch Station, and New Canoochee Substation. Item 0004, also pre-priced, covers work by Georgia Power within the Fort Stewart Solar Substation and Fort Stewart GPC Substation. The abstract lists bids from AACON-RavenVolt Joint Venture LLC ($53,667,033.64), Bridger Richard JV LLC ($55,930,259.05), FESCO CLP JV, LLC ($58,895,281.00), HSGS-Ameresco, LLC ($54,283,767.88), Copper Construction Company, Inc ($64,587,428.00), and David Boland, Inc ($64,631,967.88), against a government estimate of $60,477,729.88. All offerors acknowledged amendments and provided bid security.
    The document outlines the design and existing conditions for the Fort Stewart Microgrid project, which involves constructing a 10 MW generation plant with microgrid controls. This federal government RFP (Solicitation No. W912HN-24-B-3000) details the general project information, including the contractor (Black & Veatch Special Projects Corp.) and the US Army Corps of Engineers, Savannah District, as the client. Key aspects covered include general notes, a drawing index, a matrix for asset responsibility and interface coordination (involving the contractor, Area Electric Power System, Local Electric Power System, and Natural Gas Utility), a code compliance site plan, and detailed existing conditions plans with topographic and utility survey data. The project emphasizes adherence to codes like NFPA 1 and UFC 3-600-01 for fire safety and includes specifics on haul routes and disposal requirements. The comprehensive set of drawings and notes provides a thorough overview for the construction of this critical energy infrastructure at Fort Stewart, Georgia.
    The document outlines a federal government project, Solicitation No. W912HN25BA006, by the U.S. Army Corps of Engineers, Savannah District, for the construction of a 10 MW generation plant with microgrid controls at Fort Stewart, Georgia. The project, under Contract No. W912HN-24-B-3000, involves significant civil, structural, mechanical, and electrical works. Key aspects include site grading, drainage, and utility plans, with a total disturbance area of 3.12 acres. Structural plans detail foundations for the 10MW power station, proposed Canoochee substation, and switch station expansion, including lightning protection masts. Mechanical plans cover the natural gas fuel system, including piping, pressure regulation, and leak detection, indicating a new 6-inch tie-in to the existing gas main. Electrical plans detail site power and communication layouts, including concrete-encased duct banks and fiber optic routing. The project emphasizes coordination with Canoochee EMC for substation and fiber installations, adhering to strict safety and regulatory standards.
    The U.S. Army Corps of Engineers has initiated a project at Fort Stewart, Georgia, aiming to construct a 10 MW generation plant equipped with microgrid controls. The project, listed under the solicitation number W912HN25BA006, is part of fiscal year 2023's planned initiatives (PN 95170). The plans include comprehensive designs covering various engineering disciplines such as civil, structural, fire protection, mechanical, and electrical systems. The document indicates that the project is in the "Ready to Advertise" phase, with detailed specifications and structural drawings prepared by Black & Veatch Special Projects Corp. Key project components involve site layout, grading and drainage management, utility plans, and natural gas line installation, all designed to facilitate efficient power generation and distribution. Safety measures and compliance with regulatory standards have been meticulously integrated into the project specifications. This initiative underscores the Army’s efforts to modernize energy infrastructure while enhancing operational capabilities at the base, reinforcing its commitment to sustainable and efficient energy solutions.
    The document outlines the site layout and electrical plans for constructing a 10 MW generation plant with microgrid controls at Fort Stewart, Georgia. This federal government RFP (Solicitation No. W912HN-25-B-3000) details various infrastructure components, including concrete pads for generators and transformers, utility manholes, and extensive ductbank sections for electrical and communication cables. Key aspects include horizontal and vertical control points, construction limits, site grading, drainage, and utility plans. The electrical specifications highlight circuit breaker requirements (60HZ, 25KV, 1200A continuous), feeder cable sizes (e.g., 2-1/C 3#1/0), and concrete-encased ductbank sections for 25kV cables. The project emphasizes coordination among disciplines, adherence to NEC and NESC standards, and detailed planning for conduit routing, handhole sizing, and light fixture installations. Amendments to the original plan are also noted. The overall purpose is to provide a comprehensive guide for the construction of a critical microgrid infrastructure.
    The document outlines a request for proposals (RFP) related to the construction of a 10 MW generation plant with microgrid controls at Fort Stewart, Georgia. Issued by the U.S. Army Corps of Engineers, the RFP emphasizes the need for high-quality construction and coordination amongst multiple contractors. Key elements include specifications for electric installations, detailed site layouts and utility plans, as well as structural considerations. The project aims to provide a reliable energy solution adhering to federal standards and environmental guidelines, showcasing efficiency and sustainability in energy management. Notably, the document includes technical specifications regarding electrical components, such as circuit breakers, transformers, and conduits. Precise coordination with service providers for cable installations and lighting fixtures is critical to the project's success. The RFP reflects the government’s commitment to modernizing its energy infrastructure while ensuring compliance with safety and environmental protocols. This underscores the strategic importance of such projects in enhancing military operational capabilities through sustainable energy systems.
    The provided government file outlines the plans for constructing a 10 MW generation plant with microgrid controls at Fort Stewart, Georgia, under solicitation number W912HN-24-B-3000. The project involves extensive civil, electrical, and utility work, including site grading, drainage, and the installation of a 6-inch polyethylene natural gas line. Key components include a detention pond with an outlet control structure, a bioretention area, and various concrete pads for equipment. The electrical system will feature 1000 kW natural gas gensets, step-up transformers, and a sophisticated protection relay system, with a 16-foot clearance requirement for overhead equipment. The plan emphasizes erosion, sedimentation, and pollution control, detailing soil types and disturbed areas. The total disturbed area is estimated at 3.12 acres, encompassing microgrid substation, gas line, and utility work. The document includes detailed layouts, profiles, and specifications for various elements, with multiple revisions noted in accordance with amendments.
    The document outlines the proposal and design details for constructing a 10 MW generation plant with microgrid controls at Fort Stewart, Georgia. It includes comprehensive specifications for the site, encompassing grading, drainage, and utility layouts, ensuring compliance with relevant federal guidelines, especially those concerning erosion, sedimentation, and water quality. The project involves significant land disturbance, with an estimated impact area totaling approximately 3.12 acres, including specific sections for bio-retention and detention areas to manage stormwater effectively. Key elements specified include detailed measurements for existing and proposed structures, such as concrete pads and drainage systems, as well as necessary equipment like fire hydrants and valves. Importantly, the document emphasizes various safety and environmental control measures during construction, ensuring adherence to the Georgia Water Quality Control Act and associated regulations. In summary, this document serves as a critical guideline for the construction project, aiming to enhance energy production while maintaining environmental integrity and regulatory compliance throughout the process.
    This document outlines the proposal for constructing a 10 MW generation plant with microgrid controls at Fort Stewart, Georgia, under the authority of the U.S. Army Corps of Engineers. It is a part of project funding for fiscal year 2023, identified as project number 95170. The proposal, prepared by Black & Veatch Special Projects Corp., includes schematic drawings and engineering insights to ensure compliance with local regulations and safety standards. The document details the responsibilities of various utility companies, specifying coordination between contractors and local electrical power systems during construction. It highlights the importance of comprehensive project management, including site surveys, utility locatings, and adherence to fire safety regulations. The construction's readiness to advertise status signifies that all necessary design elements and documentation have been finalized. Through this undertaking, the Army Corps aims to enhance energy resilience and operational efficiency at Fort Stewart. This project not only supports military readiness but also promotes sustainable energy practices by integrating advanced microgrid technologies. The proposal serves as a critical blueprint for advancing energy infrastructure in government facilities and reiterates the commitment to modernizing energy systems in line with federal directives.
    The “SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING REPORT” details the geotechnical investigation for the Microgrid and Generation Plant (P.N. 95170, FY-22) at Fort Stewart, Georgia. Prepared by the U.S. Army Engineer District, Savannah, in January 2023, the report's purpose is to provide soil boring data for the design of the generation plant, substation, and related facilities. The project involves constructing a 10 MW natural gas power station and microgrid controls. The exploration included visually inspecting the site and conducting 16 standard penetration test (SPT) soil borings, ranging from 10 to 55 feet deep, across the proposed generation plant, solar substation, and utility corridor. The site is generally flat, with elevations between 78 and 83 ft NAVD88. Near-surface soils consist mainly of sedimentary sands, silts, and clays. Groundwater was found at depths of 4 to 9 feet. The report provides recommendations for design and construction, including earthwork (site preparation, fill materials, compaction, slopes, drainage, and dewatering), shallow and mat foundations, and earth-retaining structures. It specifies suitable fill materials, compaction requirements, and design parameters for foundations and retaining walls. The report also outlines quality control measures for sampling, classification, and density testing of soils, recommending the use of Unified Facilities Guide Specifications for EARTHWORK and CHEMICAL TERMITE CONTROL.
    The U.S. Army Corps of Engineers, Savannah District, prepared a subsurface exploration and geotechnical engineering report for the construction of a Microgrid and Generation Plant at Fort Stewart, Georgia. The report aims to provide soil test results essential for the design and construction of a 10 MW power station with natural gas generators. It includes details on site reconnaissance, field exploration through multiple soil borings, and examination of subsurface conditions, highlighting the site's flat topography and layering of sediments primarily composed of sandy soils. Key recommendations for design and construction emphasize site preparation, fill material specifications, shallow foundation parameters, and drainage control to manage perched-water conditions during construction. The report specifies that shallow foundations should be designed for varying allowable bearing pressures, and construction should proceed with careful inspection of ground conditions to ensure structural integrity. Overall, this report provides critical data for the design and successful execution of the project, ensuring compliance with engineering standards and environmental regulations, and facilitating effective site management during construction. It serves a vital role in securing safety and operational efficiency for the planned facility, which aims to enhance energy self-sufficiency in support of military infrastructure.
    The document provides details for joining a Microsoft Teams meeting, likely related to a government RFP, federal grant, or state/local RFP. It includes a meeting ID (993 876 811 587), a passcode (Ze3oa2VB), and a dial-in phone number (+1 503-207-9433) with a phone conference ID (433 028 286#). A direct link to join the meeting is also provided: https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_9f93a522e6ce476d9d2282b0b981d96f%40thread.v2/0?context=%7b%22Tid%22%3a%22fc4d76ba-f17c-4c50-b9a7-8f3163d27582%22%2c%22Oid%22%3a%2287da2f02-a7f1-4783-b559-2ca62aee0b8f%22%7d. The primary purpose of this document is to facilitate participation in an online meeting by providing all necessary access information.
    The document provides details for joining a Microsoft Teams meeting related to federal government engagements. It includes the meeting ID, passcode, phone dial-in options, and a direct link to the meeting platform. While the document does not elaborate on the specific agenda or topics to be discussed, it serves to facilitate participation in a meeting likely connected to federal requests for proposals (RFPs), grants, or other relevant discussions at the state or local level. The inclusion of conference ID numbers and connection options signals a structured approach to virtual collaboration within government contexts, ensuring attendees can engage effectively. The document underscores the importance of clear communication channels in managing federal and state responses and activities.
    This document outlines the visitor parking and access procedures for a government facility, likely relevant to federal, state, or local RFPs, grants, or official visits. Visitors are instructed to park in designated visitor parking and proceed to the Visitors Center to obtain a visitor pass. Required documentation includes an official government-issued ID, along with vehicle registration and proof of insurance for drivers. Contact information for assistance with pass issuance is provided. The document also briefly mentions meeting locations for site visits at the Main Gate and in the field, indicating a structured approach to managing access for official purposes.
    A memorandum for record summarizes a site visit on March 26, 2025, for the Fort Stewart project, "Construct a 10MW Generation Plant, with Microgrid Controls," solicitation number W912HN25BA006. The visit, led by William Matson of USACE-SAS-PM-M, included 40 personnel and took place at the corner of Hero Rd and Davis Rd, Fort Stewart, GA. Key outcomes included introductions of government personnel, exploration of two site locations, discussion of the project as a small business set-aside, verification of company registrations with SAM.gov and PIEE, and referral of all questions to Projnet for formal responses. The purpose was to capture the essential details of the site visit for this federal RFP.
    This document outlines the procedure for visitor parking and pass issuance at a government facility. Visitors are instructed to park in designated visitor parking and proceed to the Visitors Center for their visitor pass. Required documentation includes an official government-issued ID. Additionally, drivers must provide vehicle registration and proof of insurance. In case of any issues while obtaining the pass, visitors are advised to contact Brett Cowan at the provided phone number. The main gate is specified as the meeting location for site visits, ensuring visitors are informed about parking and pass requirements prior to their arrival. This guidance is critical for maintaining security and organizational protocols at the facility, particularly in the context of government RFPs and engagement with external parties.
    The memorandum details a site visit conducted on March 26, 2025, regarding the construction of a 10MW generation plant with microgrid controls at Fort Stewart, GA, under the federal project W912HN25BA006. Led by William Matson of the US Army Corps of Engineers (USACE), the visit included 40 participants who explored two prospective locations for the project. The meeting highlighted that the project is designated for small businesses and emphasized the need for participating companies to be registered on both SAM.gov and PIEE. Participants were advised to direct any inquiries to Projnet for formal responses. William Matson serves as the main contact for this memorandum, reflecting the ongoing efforts to engage local businesses and ensure compliance with federal contracting requirements while advancing energy initiatives at Fort Stewart.
    The document is a federal Request for Proposal (RFP) W912HN25BA006, issued by the US Army Corps of Engineers, Savannah District, for the construction of a 10MW Generation Plant with Microgrid Controls at Fort Stewart, GA. This is a 100% Total Small Business Set-Aside procurement under NAICS code 237130. The estimated construction magnitude is between $25 million and $100 million. Key requirements include mandatory electronic bid submission via the PIEE Solicitation Module by April 22, 2025, at 12:00 PM local time, and the provision of bid, performance, and payment bonds. The contract will be a firm-fixed-price type, awarded to the lowest-priced, responsive, and responsible bidder. A site visit is scheduled for March 26, 2025, and technical inquiries must be submitted via ProjNet at least 10 calendar days prior to the bid due date. The project has a mandatory performance period of 10 days to commence work and 1,080 calendar days for completion, with liquidated damages of $966.00 per day for delays. Detailed instructions for bid submission, required documentation (e.g., financial statements, SAM registration), and virtual bid opening procedures are provided.
    The solicitation W912HN25BA006 is for the construction of a 10MW Generation Plant with Microgrid Controls at Fort Stewart, Georgia, classified as a 100% Total Small Business Set-Aside under NAICS code 237130. This is a sealed bid, firm-fixed-price contract with an estimated magnitude between $25,000,000.00 and $100,000,000.00. Bids are due by May 1, 2025, at 12:00 PM local time and must be submitted electronically via the PIEE Solicitation Module. A virtual bid opening will occur one hour after the submission deadline. The project requires commencement within 10 calendar days of receiving notice to proceed and completion within 1,080 calendar days, with liquidated damages of $966.00 per day for delays. A mandatory site visit is scheduled for March 26, 2025, at 10:00 AM EDT. Bidders must be registered in SAM and are required to submit a bid bond electronically, with performance and payment bonds due within 10 calendar days of award. The contract includes specific line items for the power station, site development, and pre-priced work by Canoochee EMC and Georgia Power.
    This document is an Invitation for Bid (IFB) for the U.S. Army Corps of Engineers, Savannah District, seeking proposals for the construction of a 10MW Generation Plant with Microgrid Controls at Fort Stewart, Georgia. The project is a 100% Total Small Business Set-Aside under NAICS Code 237130, with an estimated construction magnitude between $25,000,000 and $100,000,000. Bids are due by May 1, 2025, at 12:00 PM local time and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. A bid guarantee is required, and successful bidders must provide performance and payment bonds within 10 calendar days of award. Key components of the project include the construction of the power station, site development, and work performed by Canoochee EMC and Georgia Power, with pre-priced line items for the latter two. A site visit is scheduled for March 26, 2025. This acquisition adheres to FAR Part 14 (Sealed Bidding) and will be awarded to the responsive and responsible lowest-priced contractor.
    The document outlines a federal Request for Proposal (RFP) W912HN25BA006 for the construction of a 10MW Generation Plant with Microgrid Controls at Fort Stewart, Georgia. This is a 100% Total Small Business Set-Aside under NAICS Code 237130 (Power and Communication Line and Related Structures Construction), with an estimated magnitude between $25,000,000.00 and $100,000,000.00. The acquisition will follow FAR Part 14 Sealed Bid procedures, awarding a single Firm Fixed Price contract to the responsive, responsible, lowest-priced contractor. Key requirements include mandatory SAM registration, submission of bids electronically via the PIEE Solicitation Module by May 8, 2025, and providing bid, performance, and payment bonds. The project involves construction of the power station, site development, and work performed by Canoochee EMC and Georgia Power (pre-priced items). A site visit is scheduled for March 26, 2025. Bidders must adhere to specific formatting for bid submissions, including financial information and SF 1442, and acknowledge all amendments. Technical inquiries must be submitted through ProjNet, and a virtual bid opening will be held via Webex.
    The document is a federal government Invitation for Bid (IFB) for the construction of a 10MW Generation Plant with Microgrid Controls at Fort Stewart, Georgia. This project is a 100% Total Small Business Set-Aside under NAICS Code 237130 (Power and Communication Line and Related Structures Construction), with an estimated magnitude between $25,000,000 and $100,000,000. Key requirements include submitting bids electronically via the PIEE Solicitation Module, providing a bid guarantee (20% of bid price or $3,000,000, whichever is less), and furnishing performance and payment bonds upon award. The contract will be a firm fixed-price type, awarded to the lowest-priced, responsive, and responsible bidder. The solicitation details bid submission instructions, required documentation (Volume I: financial information, joint venture agreements; Volume II: SF 1442, bid schedule, bid guarantee), and outlines key dates for bid submission (May 15, 2025) and a site visit (March 26, 2025). Specific pre-priced line items for work performed by Canoochee EMC ($17,626,902.00) and Georgia Power ($450,000.00) are included. The document also provides extensive details on applicable FAR and DFARS clauses, bidder inquiries via ProjNet, and virtual bid opening procedures.
    This document outlines a Request for Proposal (RFP) for the construction of a 10MW Generation Plant with Microgrid Controls at Fort Stewart, Georgia (Project Number 95170). The project is a 100% Total Small Business Set-Aside, with an estimated construction magnitude between $25,000,000.00 and $100,000,000.00. The acquisition will follow FAR Part 14 (Sealed Bidding) procedures, with award going to the lowest-priced, responsive, and responsible bidder. Key requirements include registration in SAM, submission of bids electronically via PIEE, and furnishing of bid, performance, and payment bonds. The scope of work encompasses the construction of the power station, site development, hardstand, and integration of work performed by Canoochee EMC and Georgia Power (pre-priced items). A mandatory site visit is scheduled for March 26, 2025. Technical inquiries must be submitted through ProjNet, and the virtual bid opening will occur approximately one to two hours after the bid submission deadline.
    This government solicitation (W912HN25BA006) is a 100% Total Small Business Set-Aside for constructing a 10MW Generation Plant with Microgrid Controls at Fort Stewart, Georgia. The project, estimated between $25 million and $100 million, will be a single Firm Fixed Price contract awarded to the lowest-priced, responsible bidder in accordance with FAR Part 14 (Sealed Bidding). Key requirements include registering in SAM, providing financial statements, and submitting bids electronically via the PIEE Solicitation Module by May 22, 2025, at 12:00 PM local time. A bid guarantee of 20% of the bid price or $3,000,000 (whichever is less) is required. The project includes construction of the power station, site development, and pre-priced work by Canoochee EMC ($18,657,767.88) and Georgia Power ($450,000.00). A virtual bid opening will occur 1-2 hours after the bid submission deadline. Performance and payment bonds are mandatory within 10 days of award. Inquiries must be submitted via ProjNet by May 15, 2025.
    This federal government Request for Proposal (RFP) W912HN25BA006, issued by the US Army Corps of Engineers, Savannah District, is a 100% Total Small Business Set-Aside for constructing a 10MW Generation Plant with Microgrid Controls at Fort Stewart, Georgia. The project, estimated between $25,000,000 and $100,000,000, will be a single Firm Fixed Price contract awarded to the lowest-priced, responsive, and responsible bidder under FAR Part 14 (Sealed Bidding). Key requirements include being registered in SAM.gov, providing financial information, and submitting bids electronically via the PIEE Solicitation Module, with bid bonds required at submission and performance/payment bonds within 10 days of award. The solicitation details four main CLINs, including pre-priced work by Canoochee EMC and Georgia Power. A mandatory site visit was held on March 26, 2025. All inquiries must be submitted through ProjNet, and a virtual bid opening will occur 1-2 hours after the bid submission deadline.
    The solicitation W912HN25BA006 is for a 100% Total Small Business Set-Aside, Firm Fixed Price contract to construct a 10MW Generation Plant with Microgrid Controls at Fort Stewart, GA. The estimated construction magnitude is between $25,000,000.00 and $100,000,000.00. Bids are due by July 16, 2025, at 12:00 PM local time, with a mandatory performance period of 1080 calendar days. Bidders must be registered in SAM.gov and submit electronic bids via the PIEE Solicitation Module. A bid guarantee of 20% of the bid price or $3,000,000.00, whichever is less, is required, along with performance and payment bonds within 10 days of award. Key contract line items include the power station construction, site development, and pre-priced work by Canoochee EMC ($18,657,767.88) and Georgia Power ($450,000.00). A site visit was scheduled for March 26, 2025. Technical inquiries are to be submitted via ProjNet, and a virtual bid opening will be held 1-2 hours after the bid submission deadline.
    This government solicitation, W912HN25BA006, is a 100% Total Small Business Set-Aside for a Firm Fixed Price construction contract to build a 10MW Generation Plant with Microgrid Controls at Fort Stewart, GA. The estimated construction cost is between $25,000,000 and $100,000,000. Bids are due by August 7, 2025, at 12:00 PM local time and must be submitted electronically via the PIEE Solicitation Module. A virtual bid opening will occur one to two hours after the submission deadline. Contractors must be registered in SAM, provide a bid guarantee of 20% of the bid price or $3,000,000 (whichever is less), and furnish performance and payment bonds if awarded the contract. The project includes the power station, site development, and work performed by Canoochee EMC and Georgia Power (pre-priced items). A site visit is scheduled for March 26, 2025. Technical inquiries must be submitted through ProjNet by July 31, 2025.
    This document, Amendment 0001 to Solicitation W912HN25BA006, issued by the U.S. Army Corps of Engineers, addresses significant revisions to a federal government RFP. Key changes include extending the bid response and opening date to May 1, 2025, incorporating previously omitted FAR clauses (e.g., 52.233-1 Disputes, 52.204-8 Annual Representations and Certifications), and modifying the Limitations on Subcontracting clause (52.219-14). Additionally, it updates supplementary conditions, such as requirements for the U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1), contractor insurance, preconstruction conference deliverables, and procedures for weather-related time extensions. Notably, it removes the requirement for electronic Davis-Bacon Act payroll software and clarifies guidelines for payments for off-site materials. The amendment also details the applicability and handling of the 2% Federal excise tax on payments to foreign persons, emphasizing that while the USACE currently cannot withhold this tax, contractors are still liable for remittance. Finally, it outlines AT/OPSEC requirements for contractor employees, including AT Level I training, access procedures, and threat awareness programs.
    This government file, Amendment No. 0002 to Solicitation W912HN25BA006, outlines key modifications for the "Construct a 10MW Generation Plant, with Microgrid Controls at Fort Stewart, GA" project. The purpose of this amendment is to incorporate revised drawings and specifications, address a CLIN structure printing issue in Volume II of the Basis of Award, revise the ProjNet inquiry period, and provide a geotechnical report. It clarifies that pricing submissions should use the Bid Schedule Summary Sheet, while CLINs are for award pricing. The document also details changes to technical specifications and contract drawings. It emphasizes electronic bid submission via PIEE Solicitation Module, prohibiting other methods, and provides instructions for accessing and using ProjNet for technical inquiries. Additionally, it outlines procedures for virtual bid opening and handling apparent clerical mistakes in bids.
    Amendment 0003 extends the bid response and opening date for solicitation W912HN25BA006 to May 8, 2025, from the original May 1, 2025. This amendment is a manual SF30 due to a temporary technical issue, with a system-generated SF30 to follow once the issue is resolved. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 on the form, acknowledging it on each offer copy, or by separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may result in offer rejection. Changes to previously submitted offers are permitted via written or electronic communication, provided they reference the solicitation and this amendment, and are received before the opening hour and date. The document is issued by W074 ENDIST SAVANNAH KO CONTRACTING DIVISION and signed by Gerard F. Leo.
    This document is an amendment to a solicitation or a modification of a contract, specifically Standard Form 30 (SF30). Its primary purpose is to extend the bid response and opening date for solicitation number W912HN25BA006 from May 1, 2025, to May 8, 2025. The amendment also clarifies that this system-generated SF30 incorporates a manual SF30 issued on April 28, 2025, due to previous system technical issues. The document outlines procedures for offerors to acknowledge receipt of amendments and details how changes to submitted offers can be made. It also includes sections for accounting data, contract modification details, and signature blocks for both the contractor/offeror and the contracting officer.
    This government solicitation amendment, W912HN25BA006, issued on May 6, 2025, updates an existing request for proposal. Its primary purposes are to incorporate revised drawings (E-301, E-302, E-303, E-305 Revision 1, CS100 Revision 2, ES401 Revision 2), extend the bid submission and opening deadline from May 8, 2025, to May 15, 2025, and revise details for the virtual bid opening. Bids must be submitted electronically via the PIEE Solicitation Module, with no other methods accepted. The virtual bid opening will now occur two hours after the bid receipt deadline via Microsoft Teams, with the link posted on www.sam.gov. Attendees should log in five minutes early and provide their full name. Bid information and attendee lists will be posted on sam.gov within two business days. All other terms and conditions of the original solicitation remain unchanged.
    This government solicitation amendment, W912HN25BA0060004, details critical updates for a federal contract to construct a 10MW Generation Plant with Microgrid Controls at Fort Stewart, GA. Key changes include updated drawings (Sheets E-301, E-302, E-303, E-305 Revision 1; CS100 Revision 2; ES401 Revision 2), an extended bid response and opening deadline from May 8, 2025, to May 15, 2025, and revised virtual bid opening information, now via Microsoft Teams, two hours after bid receipt. The amendment also outlines bid submission requirements through the PIEE Solicitation Module, specifying two volumes for proposals, mandatory electronic bid bonds, and electronic submission of performance and payment bonds post-award. It emphasizes that no other transmission methods will be accepted and provides detailed instructions for PIEE submission and ProjNet for bidder inquiries. All other terms and conditions remain unchanged.
    This document is an amendment to a federal government solicitation (W912HN25BA006), issued on May 13, 2025, by ENDIST SAVANNAH, KO CONTRACTING DIVISION. The amendment incorporates clause 52.223-23, Sustainable Products and Services (DEVIATION 2025-O0004), revises the pre-priced CLIN 0003 for Canoochee EMC from $17,626,902.00 to $18,657,767.88, and extends the deadline for bid responses and bid opening from May 15, 2025, to May 22, 2025. Offerors must acknowledge receipt of this amendment by completing specific items, returning copies, or sending a separate communication, ensuring it is received by the new deadline to avoid rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
    This government file, Amendment/Modification W912HN25BA0060005, details changes to a solicitation for constructing a 10MW Generation Plant with Microgrid Controls at Fort Stewart, GA. Key amendments include incorporating clause 52.223-23 on Sustainable Products and Services, revising the pre-priced line item for Canoochee EMC from $17,626,902.00 to $18,657,767.88, and extending the bid response and opening deadline from May 15, 2025, to May 22, 2025. The document outlines instructions for bid submission via PIEE, virtual bid opening procedures, and requirements for bid bonds and financial information. It also specifies that the project is a 100% Total Small Business Set-Aside, with award based on the lowest responsive and responsible bid. All other terms and conditions remain unchanged.
    Amendment 0006 to Solicitation W912HN25BA006 modifies the original solicitation by incorporating revised drawings and specifications in response to ProjNet inquiries. The amendment adds specific revised, added, replaced, and deleted sections, including Technical Specification Changes (e.g., Section 26 12 19.10) and Contract Drawings with various revisions and dates (e.g., Sheets ES411, S-501, E-603, EG601, SS101, SS102, SS111, ES401, CE102, CG100, CS100, CU100). The amendment specifies that offers must acknowledge receipt by completing items 8 and 15, acknowledging on each offer copy, or by separate communication, emphasizing that failure to do so before the deadline may result in rejection. All other terms and conditions of the original document remain unchanged.
    This government file, an amendment to solicitation W912HN25BA006, serves to incorporate revised drawings and specifications in response to ProjNet inquiries. This amendment (0006) integrates a previously manual SF30 form due to system technical issues. Key changes include the addition of revised technical specification section 26 12 19.10 and updated contract drawings, specifically sheets ES411, S-501, E-603, EG601, SS101, SS102, SS111, ES401, CE102, CG100, CS100, and CU100 with various revision dates in May 2025. The attachment table has also been updated to include newly added documents: Drawings_AMD6 and Specifications_AMD6, both dated May 15, 2025. All other terms and conditions of the original solicitation remain unchanged.
    This government document, an amendment to a solicitation, primarily extends the deadline for bid receipt and bid opening from May 22, 2025, to June 5, 2025. It details the methods for offerors to acknowledge receipt of the amendment, including completing specific items, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge receipt by the specified date may lead to rejection of the offer. The document also outlines procedures for changing an already submitted offer. It specifies that all other terms and conditions of the original solicitation remain unchanged, and indicates that a further amendment is anticipated. The amendment is issued by ENDIST SAVANNAH, KO CONTRACTING DIVISION, and includes fields for contract identification, effective dates, and signatures from both the contractor/offeror and the contracting officer.
    This document is Amendment 0007 to Solicitation Number W912HN25BA006, issued by W074 ENDIST SAVANNAH, KO CONTRACTING DIVISION. The primary purpose of this amendment is to extend the deadline for the receipt of bids and the bid opening from May 22, 2025, to June 5, 2025. It also notes that a forthcoming amendment is anticipated. This system-generated SF30 incorporates a manual SF30 issued on May 20, 2025, due to previous system technical issues. All other terms and conditions of the original solicitation remain unchanged. The amendment also outlines the procedures for offerors to acknowledge receipt of the amendment and how to modify previously submitted offers.
    This government document, an amendment to a solicitation, extends the deadline for offer receipt and bid opening for Solicitation Number W912HN25BA006 from June 5, 2025, to July 16, 2025. It specifies methods for acknowledging receipt of the amendment, including completing designated items on the form, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may result in the rejection of an offer. The document also allows for changes to already submitted offers via letter or electronic communication, provided they reference the solicitation and amendment and are received before the opening hour and date. All other terms and conditions of the original solicitation remain unchanged, and a forthcoming amendment is anticipated. The amendment is issued by W074 ENDIST SAVANNAH KO CONTRACTING DIVISION.
    Amendment 0008 to Solicitation W912HN25BA006 extends the bid receipt and opening deadline from June 5, 2025, to July 16, 2025. This amendment incorporates a manual SF30 due to previous system technical issues. All other terms and conditions of the original solicitation remain unchanged. A forthcoming amendment is anticipated. This document is a standard form for amending solicitations or modifying contracts, outlining procedures for acknowledging amendments and detailing sections for contract identification, effective dates, issuing and administering offices, and contractor/contracting officer signatures.
    This government file, Amendment/Modification W912HN25BA0060009, extends the bid receipt and opening deadline for solicitation W912HN25BA006 from July 16, 2025, to August 7, 2025. This amendment, issued by W074 ENDIST SAVANNAH KO CONTRACTING DIVISION, primarily modifies the response due date. It also outlines the procedures for offerors to acknowledge receipt of amendments, either by returning signed copies, acknowledging on submitted offers, or via separate communication. The document emphasizes that failure to acknowledge prior to the specified deadline may lead to the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged. The amendment also details how changes to already submitted offers can be made. This modification is crucial for potential contractors to note the revised timeline for bid submission.
    The document outlines a government solicitation for the construction of a 10MW generation plant with microgrid controls at Fort Stewart, Georgia, designated as RFP W912HN25BA006. This procurement is a 100% small business set-aside under the NAICS code 237130. Interested contractors must submit sealed bids in compliance with FAR Part 14 guidelines. The estimated construction cost ranges between $25 million and $100 million. Key requirements include that bidders must be registered in the System for Award Management (SAM), and they are responsible for submitting a bid guarantee. The contractor is expected to begin work within a specified timeframe and must provide performance and payment bonds. The evaluation of bids will prioritize the lowest-priced, responsive offers. Additional project details, including site visits and inquiries, are included, emphasizing the need for compliance with wage determinations and adherence to construction standards. This procurement reflects the government's commitment to engaging small businesses in significant construction projects and ensuring that all work adheres to federal regulations, safety standards, and budgetary considerations.
    The document outlines a federal solicitation for the construction of a 10MW generation plant with microgrid controls at Fort Stewart, Georgia. This project is designated as a total small business set-aside under NAICS code 237130, emphasizing opportunities for small business contractors. The procurement will proceed through sealed bidding, with bids expected to fall between $25 million and $100 million. Key requirements include the submission of performance and payment bonds, registration in the System for Award Management (SAM), and adherence to local labor wage determinations. The contract will be awarded to the lowest-priced responsive and responsible bidder, requiring bidders to submit comprehensive financial and technical documentation. The document details submission instructions, including electronic bidding protocols via the Procurement Integrated Enterprise Environment (PIEE) and outlines conditions such as liquidated damages for delays and compliance with various FAR and DFARS clauses. Additionally, it schedules a mandatory site visit and emphasizes the absence of project labor agreements in accordance with current regulations. This solicitation underscores the government’s commitment to fostering small business participation in federal contracting.
    The solicitation detailed in this document pertains to the construction of a 10MW generation plant with microgrid controls at Fort Stewart, Georgia. It is a 100% total small business set-aside under NAICS code 237130, focusing on power and communication line construction. The estimated construction cost ranges from $25 million to $100 million. Bidders must complete and submit their offers electronically via the Procurement Integrated Enterprise Environment (PIEE) by specified deadlines, with a public bid opening following. The successful contractor will be required to provide performance and payment bonds and must be registered in the System for Award Management (SAM). Key bid requirements include detailed financial information, bid guarantees, and a cover letter. The total bid comprises four items, including site development and utility infrastructure, with predetermined prices for certain tasks. The proposal process and various FAR clauses emphasize compliance and quality, alongside a structured approach to bid submission. This solicitation showcases the government's initiative to enhance energy efficiency through new construction and investment in small businesses.
    The document outlines a Request for Proposals (RFP) for constructing a 10MW generation plant with microgrid controls at Fort Stewart, Georgia. Classified as a total small business set-aside under NAICS Code 237130, the acquisition will follow sealed bidding procedures in accordance with FAR Part 14. The estimated construction cost falls between $25 million and $100 million, with a requirement for submission of performance and payment bonds post-award. Bidders are advised to register in the System for Award Management (SAM) and provide detailed financial and contracting information. Essential items for bid submission encompass cover letters, completed Standard Form 1442, pricing schedules, and bid guarantees. A scheduled site visit is set for March 26, 2025, and the submission deadline is tight, requiring offers to be electronically submitted via the Procurement Integrated Enterprise Environment (PIEE). The project necessitates construction, site development, and installation of essential infrastructure, with specific line items indicating pricing arrangements. The proposal emphasizes adherence to various federal regulations and requirements, reinforcing the government's aim of ensuring competitive enterprise participation while prioritizing compliance with federal procurement processes.
    The document outlines a solicitation for the construction of a 10MW Generation Plant with microgrid controls at Fort Stewart, Georgia, designated as Invitation for Bid W912HN25BA006. This procurement is fully set aside for small businesses under NAICS Code 237130, with an estimated construction cost between $25 million and $100 million. Bidders must submit completed offers electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, including a bid guarantee. A prime contractor must furnish performance and payment bonds within ten days of contract award. To qualify, bidders must provide financial statements, a list of contracts, and any teaming arrangements. The award will be made to the lowest responsive and responsible bidder, and the project adheres to FAR Part 14 requirements for sealed bidding. Additionally, bidders must register with the System for Award Management (SAM) and comply with various wage determinations and federal regulations related to subcontracting, safety, and operational standards. A site visit is scheduled to assess the project location and requirements. This solicitation reflects the government's commitment to supporting small businesses while addressing essential infrastructure needs.
    The document outlines a federal Request for Proposal (RFP) for the construction of a 10MW generation plant with microgrid controls at Fort Stewart, Georgia. It mandates participation exclusively from small businesses under NAICS code 237130, reinforcing the government's commitment to supporting small business involvement in public contracts. The procurement follows sealed bidding procedures as set forth by FAR Part 14, with an estimated construction magnitude between $25 million and $100 million. Bidders must complete various submissions, including financial information and bid guarantees, with a requirement for performance and payment bonds post-award. The solicitation also presents extensive instructions for submitting bids through the Procurement Integrated Enterprise Environment (PIEE) system, emphasizing electronic submissions and adherence to deadlines. The bidding process involves public disclosure of offers and requires bidders to be registered in the System for Award Management (SAM). Additionally, two pre-priced line items, for work by local utility providers, contribute to the overall project scope. This procurement emphasizes transparency, compliance with wage determinations, and the necessity for bidders to submit due diligence documentation to ensure fair evaluation and award based on price and capability.
    The government solicitation W912HN25BA006 is for the construction of a 10MW generation plant with microgrid controls at Fort Stewart, Georgia, and is set aside exclusively for small businesses under NAICS code 237130. The project is valued between $25 million and $100 million, requiring sealed bids according to FAR Part 14. Contractors must complete and submit performance and payment bonds following award, and bidders are expected to register in the System for Award Management (SAM). All proposals must include specific documents, such as a bid guarantee, relevant certifications, and adherence to wage determinations applicable to Georgia. A site visit is scheduled to facilitate bidder inquiries. The solicitation emphasizes that bids from responsible contractors will be evaluated based on cost, and corrections for discrepancies within bids must follow specified guidelines. Proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE). The project reflects the government's commitment to sustainable energy infrastructure and compliance with federal regulations while supporting small business participation.
    The document outlines a federal Request for Proposal (RFP) for the construction of a 10MW Generation Plant with microgrid controls at Fort Stewart, Georgia. This procurement is designated as a 100% total small business set-aside under NAICS Code 237130 and follows sealed bidding procedures. The estimated contract value ranges from $25 million to $100 million, with an emphasis on compliance, performance, and payment bonds. Key points include submission requirements, such as registration in the System for Award Management (SAM), financial documentation, bid guarantees, and the necessity for an organized site visit. The contract encompasses various construction elements including site development and utility infrastructure, with defined responsibilities for local energy providers. The process prioritizes low-cost responsive offers while enforcing regulations to ensure fair competition and adherence to labor standards. The provision also stipulates that all bids must be submitted electronically and identifies criteria for bid evaluation, including the necessary certifications and representations related to the offeror's status and capabilities. Overall, the RFP reflects the government's commitment to infrastructure development while promoting small business participation.
    The government is soliciting bids for the construction of a 10MW Generation Plant with microgrid controls located at Fort Stewart, Georgia. This project is set aside for small businesses under NAICS code 237130 and is being pursued through formal sealed bidding procedures per FAR Part 14. The estimated construction cost ranges from $25 million to $100 million, and contractors are required to furnish performance and payment bonds. The bidding process emphasizes compliance with multiple regulations, including necessary qualifications for bidders, a mandatory site visit, and requirements for pre-priced items. To participate, contractors must be registered in the System for Award Management (SAM) and submit proposals electronically through the Procurement Integrated Enterprise Environment (PIEE). The basis for award will be the lowest responsive and responsible bid. The document details essential bid requirements, submission guidelines, and regulatory compliance, reflecting the government's adherence to procedural standards in public procurement. This solicitation showcases the government's dedication to enhancing energy infrastructure using small business engagement in construction projects.
    The government solicitation, numbered W912HN25BA006, outlines a project to construct a 10MW generation plant with microgrid controls at Fort Stewart, Georgia. This invitation for bids is a total small business set-aside under NAICS code 237130, with an estimated construction value between $25 million and $100 million. The project includes the construction of the power station and site development, requiring bidders to provide performance and payment bonds and to be registered in the System for Award Management (SAM). The contract will be awarded based on a sealed bidding process to the lowest responsible bidder, emphasizing comprehensive documentation, including financial statements, bid data sheets, and bonding information. A pre-bid site visit is scheduled to ensure potential contractors understand project scope and specifications. The solicitation emphasizes compliance with construction wage rates and various FAR and DFARS clauses relevant to government contracting. Response submissions must adhere to digital submission protocols via the Procurement Integrated Enterprise Environment (PIEE), stressing timely bid submissions and prohibiting certain data types. This project highlights the government's ongoing investment in infrastructure and energy generation capabilities while fostering small business participation.
    The document outlines an amendment to a solicitation (W912HN25BA006) from the U.S. Army Corps of Engineers, extending the response due date for bids and incorporating various revisions, provisions, and clauses. Key modifications include the adjustment of the response due date from April 22, 2025, to May 1, 2025, and the integration of several FAR and DFARS clauses relevant for compliance, such as those regarding disputes, representations and certifications, and subcontracting limitations. The document also specifies contractor requirements for insurance, safety, and security training, including access to Army facilities and certification processes. Moreover, the emphasis is placed on the promotion of U.S. veterans' employment and the obligations regarding payroll processing per the Davis-Bacon Act. Overall, this amendment ensures that all terms remain effective while complying with federal regulations and legal requirements, thereby facilitating the solicitation process while guaranteeing protective measures for government contracts.
    The document outlines an amendment to a solicitation for the construction of a 10MW generation plant with microgrid controls at Fort Stewart, Georgia. It specifies that the amendment affects the submission process, requiring acknowledgment via various methods to ensure compliance. Key changes include the extension of the inquiry period for ProjNet, revisions to technical specifications and contract drawings, as well as updates in pricing submission procedures for bidders. The solicitation describes the importance of using specified forms and adhering to bid submission protocols, including electronic submission through the Procurement Integrated Enterprise Environment (PIEE) and outlining formatting requirements. A clear emphasis is placed on compliance with licensing and financial reporting requirements, particularly for small businesses. Additionally, bidder inquiries must be made within a specified timeframe, and the document establishes details concerning a virtual bid opening, the management of apparent clerical mistakes, and restrictions against unbalanced bids. The summary highlights the solicitation's stringent guidelines for bid submission and evaluation to promote a fair and transparent bidding process, ensuring potential contractors understand their obligations and the evaluation criteria.
    This document serves as an amendment to a solicitation issued by the U.S. Army Corps of Engineers' Savannah District, specifically modifying the bid response and opening date for a project under solicitation number W912HN25BA006. Originally set for May 1, 2025, the date has been extended to May 8, 2025, to accommodate the needs of contractors. The amendment outlines methods for acknowledging receipt of the amendment, including written communication or direct acknowledgment on submitted offers. Additionally, it specifies that all other terms and conditions of the original solicitation remain unchanged. The amendment arises from technical issues encountered with the contract writing system, which impacted the generation of the amendment document. This process exemplifies standard practices in government contracting, ensuring transparency and fairness in the procurement process while allowing for necessary adjustments in timelines.
    This amendment of the solicitation outlines the procedures for acknowledging receipt and making changes to an existing offer in response to federal RFPs. It specifies that contractors must acknowledge receipt of the amendment before the designated deadline, either by completing sets of stipulated items or through a letter/electronic communication referencing the relevant solicitation and amendment numbers. Failure to comply may result in rejection of the offer. The document also states that the bid response deadline has been extended from May 1, 2025, to May 8, 2025, due to a technical issue with the system that prevents automatic document generation. The amendment requires acknowledgment only once and underscores the importance of keeping the terms and conditions of the original solicitation intact unless explicitly modified. This amendment is crucial for ensuring that potential contractors have clarity on submission timelines and requirements, reflecting ongoing adjustments in federal procurement processes.
    The document outlines an amendment to a government solicitation regarding the construction of a 10MW generation plant with microgrid controls at Fort Stewart, GA. Key changes include an extension of the bid response deadline from May 8, 2025, to May 15, 2025, and updates to the bid opening details, which will now occur virtually via Microsoft Teams. The amendment also incorporates updated drawings without altering technical specifications. Bidders are instructed to submit offers electronically through the Procurement Integrated Enterprise Environment (PIEE) and must fulfill various documentation requirements, including providing a bid bond. The solicitation follows FAR Part 14 for sealed bidding procedures and emphasizes that bids be free of classified data and hyperlinks. Furthermore, guidelines on bid formulation and submission procedures are provided to ensure compliance, with explicit instructions on resolving clerical errors and discrepancies during bid evaluations. The successful contractor will be required to use the automated Quality Control System and the Resident Management System, reinforcing the government's commitment to monitoring and managing construction quality.
    This document serves as an amendment to a federal solicitation, detailing changes that must be acknowledged by bidders prior to a specified deadline. Key changes include updated drawings and an extension of the deadline for bid submissions from May 8, 2025, to May 15, 2025. The amendment specifies that bids must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with clear guidance that no other submission methods will be accepted. The virtual bid opening, conducted via Microsoft Teams, will occur two hours after the new bid submission deadline, and all interested participants must log in early to ensure attendance. Additional instructions for accessing the virtual platform and the subsequent posting of attendee lists and bid abstracts are provided. Overall, while some details about the technical specifications remain unchanged, the amendment emphasizes the new processes and deadlines, ensuring all bidders are well-informed for compliance and participation in the contracting process. This document is crucial in maintaining transparency and integrity in the bid solicitation process under government regulations.
    This document serves as an amendment to a solicitation for constructing a 10MW Generation Plant with microgrid controls at Fort Stewart, GA, outlined under Invitation for Bid No. W912HN25BA006. Key changes include the extension of the bid response deadline from May 15 to May 22, 2025, and the revision of a pre-price line item for Canoochee EMC from $17,626,902.00 to $18,657,767.88. The amendment integrates clause 52.223-23 concerning Sustainable Products and Services. It details the requirements for bidders, including necessary documentation, financial evaluations, and submission instructions via the Procurement Integrated Enterprise Environment (PIEE) system. Bidders must provide comprehensive financial data, a joint venture agreement (if applicable), and adhere to the structured bid pricing format. There are explicit instructions regarding the mandatory elements and compliance with the bid specifications. Additionally, the amendment notes that failure to follow the submission guidelines could result in a bid being deemed non-responsive. Overall, this solicitation emphasizes fiscal responsibility, adherence to federal contracting regulations, and sustainability considerations in public procurement.
    The document amends a federal solicitation for a construction project involving the development of a 10MW power station and site improvements. Key updates include the acknowledgment of received amendments, procedures for offer modifications, and the extension of the bid submission deadline from May 15, 2025, to May 22, 2025. One notable change is the adjustment of the pre-priced line item for work performed by Canoochee EMC, increasing its value from $17,626,902.00 to $18,657,767.88. Additionally, a new clause promoting sustainable products and services, 52.223-23, has been incorporated into the solicitation. The document highlights the conditions that must be adhered to, including the necessity for bidders to provide pricing for all relevant items on the bid schedule, with a warning that bids perceived as materially unbalanced may be rejected. Overall, this amendment refines the solicitation process and ensures compliance with updated guidelines while adhering to federal regulations in contract management.
    The document details amendments and modifications related to solicitation W912HN25BA006, specifically concerning the Ft Stewart Microgrid project. It outlines procedures for acknowledging receipt of the amendment, extending submission deadlines, and the protocols for modifying existing offers. The primary purpose of this amendment is to incorporate revised technical specifications and drawings following inquiries from ProjNet, including the addition of updated contract drawings and specification documents. The summary of changes specifies new, revised, and removed sections, guiding contractors on the necessary updates. The document emphasizes that all previous terms remain intact unless otherwise stated. Clear instructions for contractors regarding the acknowledgment of amendments are reiterated, underscoring compliance to avoid offer rejection. The communication reflects typical processes in government RFPs, highlighting the importance of responsiveness and accuracy in project administration.
    This document outlines an amendment to a federal solicitation, specifying procedures for acknowledging receipt and making changes to submitted offers. It explicitly states that failure to acknowledge the amendment before the specified deadline could result in the rejection of offers. The amendment includes instructions for contractors to submit modifications via letter or electronic communication, along with necessary references to the relevant solicitation and amendment numbers. The document details the amendment's purpose, which is to incorporate revised drawings and specifications in response to inquiries. It lists the sections of technical specifications that have been revised, added, or deleted and includes specific updates to contract drawings, such as new or revised sheets that are now part of the contract. It concludes by affirming that all other terms and conditions remain unchanged. This amendment is crucial for maintaining clear communication and compliance in the contracting process, emphasizing the importance of adhering to specified procedures and updates within government contracting frameworks.
    This document serves as an amendment to a solicitation, extending the deadline for bids and the bid opening from May 22, 2025, to June 5, 2025. It outlines procedures for acknowledging receipt of the amendment, noting that offers must confirm receipt before the specified deadline to avoid rejection. The amendment also permits changes to already submitted offers, provided they are communicated appropriately. The document details modification options to existing contracts, administrative changes, and emphasizes the necessity for contractors to confirm engagement. The amendment is issued by the Corps of Engineers, with the contracting officer's details included, and indicates that a subsequent amendment will follow due to technical issues with document generation. Important changes listed include the new response due date and a general affirmation that all other previously established terms remain intact. This amendment reflects standard practices for government RFP processes, ensuring clarity and compliance within procurement operations.
    The document outlines an amendment to a solicitation regarding federal contracting procedures. It specifies the need for contractors to acknowledge receipt of the amendment by designated methods to ensure their offers are not rejected. The amendment revises the deadline for receipt of bids, extending it from May 22, 2025, to June 5, 2025. This change allows contractors more time to prepare their submissions. Additionally, the text highlights that all other terms and conditions remain unchanged, emphasizing the importance of proper acknowledgment of amendments in government RFP processes. The amendment is formalized through specific sections, requiring details such as contract ID, descriptions of modifications, and signatures from authorized personnel. Overall, the document serves to enhance communication regarding bid timelines and submission protocols, maintaining compliance within federal contracting standards.
    The document serves as an amendment to a solicitation, specifically extending the deadline for bids from June 5, 2025, to July 16, 2025, in response to the need for additional time. It outlines the acknowledgment procedures for the amendment, which must be completed by bidders to ensure their offers are considered. This includes returning copies of the amendment or acknowledging it in their proposals. Moreover, it clarifies that changes to previously submitted offers can be made through written communication prior to the revised deadline. The document also notes that other terms and conditions of the original solicitation remain unchanged, maintaining the contract's integrity. The amendment is processed under the authority of federal regulations and highlights the importance of timely communication between contractors and the government. This extension aims to enhance participation in the bidding process, reflecting a commitment to transparency and accessibility in federal contracting. Overall, the document aligns with the procedural standards in federal requests for proposals and modifications of contracts.
    The document outlines an amendment related to a solicitation, specifically extending the deadline for bid submissions from June 5, 2025, to July 16, 2025. It details the acknowledgment methods for this amendment, including completing specific items on the form or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge before the specified deadline may lead to bid rejection. The document indicates no changes to the other terms and conditions of the solicitation. The solicitation amendments are framed within the context of project code W912HN25BA006, administered from the U.S. Army Corps of Engineers’ Savannah district. This amendment process is integral to maintaining compliance with procurement regulations in government contracting, ensuring bidders are informed of changes that may affect their submissions. The contract modification process highlights the importance of timely communication between contractors and the issuing agency for successful bidding opportunities.
    The document serves as an amendment to a federal solicitation and outlines important procedural updates. It specifies that the deadline for submitting bids has been extended from July 16, 2025, to August 7, 2025, indicating that further amendments may still be issued. All other terms and conditions remain unchanged. The amendment includes instructions for acknowledgment of this change, such as returning copies of the amendment or referencing it in submissions. The standard format details mandatory fields for official signatures from both the contractor and contracting officer, reinforcing the importance of compliance with federal procurement procedures. The focus of the document is on ensuring proper communication and adherence to the updated timelines within the context of government contracting processes.
    This government solicitation (W912HN-25-B-3000) by the U.S. Army Corps of Engineers, Savannah District, outlines the requirement to "Construct a 10MW Generation Plant, With Microgrid Controls" at Fort Stewart, Georgia. The project involves building a new power station with natural gas generators and an advanced microgrid system to enhance energy resilience and sustainability. Key aspects include integrating existing generation assets, procuring and installing microgrid control systems, and ensuring coordination with privatized utilities. The document details administrative requirements, work restrictions, submittal procedures, safety regulations, and quality control measures. It emphasizes strict adherence to governmental safety requirements, comprehensive documentation, and proper handling of salvaged materials. The contractor must comply with detailed specifications for various construction divisions, including electrical, civil, and communications, ensuring all work meets specified standards and is properly documented for government approval and information.
    The document, Solicitation Number W912HN25BA006, outlines the requirements for constructing a 10MW Generation Plant with Microgrid Controls at Fort Stewart, Georgia. This project aims to enhance energy resiliency and sustainability by integrating new natural gas generators with existing solar PV and microgrid systems. The scope includes general requirements, concrete, metals, integrated automation, electrical, earthwork, exterior improvements, and utilities, with detailed specifications for each division. The Contractor must adhere to strict administrative procedures, including preconstruction submittals, work restrictions, safety regulations, and quality control. Key aspects involve extensive coordination with privatized utilities, participation in microgrid commissioning, and compliance with all governmental and industry standards. The document emphasizes meticulous planning, clear communication, and adherence to submittal procedures for all project phases.
    The document outlines the solicitation for the construction of a 10MW power station with microgrid controls at Fort Stewart, Georgia, by the U.S. Army Corps of Engineers, Savannah District. It specifies the project will integrate natural gas generators with existing solar PV assets, creating a resilient microgrid aimed at sustainability for the installation. The document includes detailed specifications covering general requirements, administrative procedures, environmental controls, construction waste management, and an extensive table of contents covering structural, electrical, and mechanical aspects among others. The contractor is required to coordinate with the privatized utility for microgrid control compatibility and participate in commissioning processes. Additionally, the document emphasizes strict adherence to safety regulations, submittal procedures, onsite work restrictions and submittal classifications. This comprehensive structural and procedural framework ensures efficient project execution while maintaining safety, quality standards, and compliance with governmental regulations.
    The U.S. Army Corps of Engineers, Savannah District, is soliciting proposals (W912HN25BA006) for the construction of a 10MW power station with microgrid controls at Fort Stewart, Georgia. This project, identified as PN 95170, aims to enhance energy resiliency and sustainability by integrating new natural gas generators with existing solar PV and microgrid assets. The scope of work spans various divisions, including general requirements, concrete, metals, integrated automation, electrical, earthwork, exterior improvements, and utilities. Key aspects involve detailed submittal procedures, adherence to governmental safety requirements, strict work restrictions, and comprehensive administrative requirements, including superintendent qualifications and mandatory preconstruction and partnering conferences. The contractor is responsible for coordinating with a privatized utility for microgrid controls, ensuring system compatibility, and participating in commissioning activities. The project emphasizes stringent documentation, quality control, and compliance with all federal and local regulations, with provisions for variations and substitutions requiring government approval.
    The solicitation number W912HN25BA006 outlines a project to construct a 10MW power station with microgrid controls at Fort Stewart, Georgia, prepared by Black & Veatch for the U.S. Army Corps of Engineers. This power station will consist of natural gas generators and a microgrid system enhancing energy resilience and sustainability by integrating existing solar generation assets and allowing future expansion with battery energy storage systems. The project requires compliance with comprehensive safety and inspection regulations, including approvals for various submissions such as excavation permits and quality control plans. Contractors must document progress through standardized procedures, including submittal requirements for preconstruction, product data, and shop drawings, emphasizing coordination with privatized utility control systems throughout the project lifecycle. The overall objective is to ensure reliable energy sources while complying with stringent safety and environmental standards, demonstrating the Army's commitment to modernizing operational facilities responsibly.
    The document outlines a solicitation by the U.S. Army Corps of Engineers for constructing a 10MW generation plant with microgrid controls at Fort Stewart, Georgia. The project, managed by Black & Veatch, aims to enhance energy resilience and sustainability through the integration of natural gas generators and existing solar assets into a modern microgrid system. Key aspects of the project include handling existing utilities, obtaining necessary excavation and construction permits, and ensuring compliance with stringent administrative requirements and safety guidelines. The contractor is responsible for coordinating with privatized utility systems, managing submittals, and participating in commissioning activities to ensure the integration and operational effectiveness of system components. The document serves as a comprehensive guide for potential bidders, detailing project specifications, phases of work, and strict guidelines for environmental and safety protocols. The construction project represents a significant investment in energy infrastructure, enhancing operational capabilities while adhering to federal standards.
    Lifecycle
    Similar Opportunities
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    COVERED PARKING ARRAY AT FARMINGDALE AFRC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New York District, is soliciting bids for the construction of a Covered Parking Array at the Armed Forces Reserve Center (AFRC) in Farmingdale, New York. The project involves the construction of two tubular steel canopy structures to support photovoltaic solar panels, the installation of an integrated gutter and stormwater drainage system, a prefabricated battery storage building, and four dual-port electric vehicle charging stations. This initiative is part of a broader effort to enhance renewable energy infrastructure and electric vehicle support at military facilities. Interested contractors must submit their bids by January 12, 2026, at 2:00 PM EST, with a bid guarantee required, and the estimated project magnitude is between $5 million and $10 million. For further inquiries, potential bidders can contact Adrian Stafford-Browne or Nicholas P. Emanuel via their respective emails.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    Ft. Stewart Base Operation Support Services - Consolidation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide consolidated Base Operations Support Services (BASOPS) at Fort Stewart, Georgia. This procurement aims to merge four existing contracts—covering BASOPS, scales inspection and maintenance, grease trap servicing, and elevator maintenance and repair services—into a single contract valued at approximately $286,566,010.20. This consolidation is part of the Army's initiative to enhance efficiency and standardize services while ensuring maximum participation from small businesses, particularly those eligible under the 8(a) and Small Business (SB) programs. Interested parties can reach out to Jonathon Hecker at jonathon.r.hecker.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil for further information.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    EV Charging Stations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the installation of electric vehicle (EV) charging stations at Fort Benning, Georgia. This procurement aims to enhance the infrastructure for electric vehicles, reflecting a commitment to sustainability and modernization within military operations. The project is categorized under utilities-electric services, and interested parties can reach out to Krista Spencer at usarmy.benning.acc-micc.mbx.micc-proposals@army.mil for further details. The opportunity is part of a broader initiative to support electric vehicle usage and is crucial for meeting future energy demands.
    USACE SPK DB Construction DDJC CENTRALIZED GAS AND ELECTRIC METERING, Tracy, California
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential contract involving the design, furnishing, and installation of advanced electric and natural gas meters, along with a Centralized Utility Monitoring Station at the Defense Distribution Depot San Joaquin (DDJC) in Tracy, California. This project aims to enhance utility monitoring capabilities by implementing a system that exports meter data for effective usage tracking and equipment management. The estimated contract value ranges between $5 million and $10 million, with a potential solicitation expected around February 2026 and an anticipated award by July 2026. Interested firms are encouraged to submit capability statements by January 13, 2026, to the primary contact, Antonina Beal, at antonina.beal@usace.army.mil.