Gate Power Electrical Repair OAS Anchorage
ID: 140D0425Q0198Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

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

    The Department of the Interior is soliciting proposals for electrical repair work at the Office of Aviation Services in Anchorage, Alaska, specifically to relocate power supplies for a gate. The project involves moving the power from the main building to a transformer located approximately 50 feet from the gate motor, which includes trenching and replacing an electric meter while ensuring compliance with all relevant electrical codes. This work is crucial for maintaining infrastructure safety standards and efficient resource management. Interested contractors must attend a site visit on February 10, 2025, and submit their proposals by February 28, 2025, with a fixed performance period of two months starting June 2, 2025. For further inquiries, contractors can contact Heather Armstrong at heather_armstrong@ibc.doi.gov or by phone at 703-964-8416.

    Point(s) of Contact
    Armstrong, Heather
    (703) 964-8416
    (202) 208-5834
    heather_armstrong@ibc.doi.gov
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for electrical work at the U.S. Department of the Interior's Office of Aviation Services in Anchorage, AK. The primary objective is to relocate power supplies for a gate from the main office building to a transformer situated 50 feet away. The work will include trenching, replacing an electric meter, and ensuring compliance with all relevant electrical codes. Interested contractors are encouraged to attend a site visit scheduled for February 10, 2025, and must submit their proposals by February 28, 2025, detailing their work plans and pricing. The evaluation will focus on technical acceptability and pricing, with a fixed performance period of two months beginning June 2, 2025. The document also incorporates various Federal Acquisition Regulation (FAR) clauses that must be adhered to, ensuring regulatory compliance and contractor obligations. The contracting officer will oversee the selection process, and the scope of work underscores the federal government's commitment to maintaining infrastructure safety standards and efficiently managing resources.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair Motion Light Sensors for OAS Anchorage
    Buyer not available
    The Department of the Interior is soliciting proposals for the repair of motion sensor lights at the Office of Aviation Services (OAS) Secondary Hangar in Anchorage, Alaska. The primary objective of this procurement is to ensure the functionality of motion sensor lights, which are critical for maintaining safety and security in the hangar environment. This opportunity is set aside for small businesses, particularly those owned by disabled veterans and women, and follows the FAR Part 13 Simplified Acquisition Procedures. Interested vendors must submit their quotes by February 19, 2025, following a site visit scheduled for February 5, 2025, and can direct inquiries to Nicole Johnson at nicolejohnson@ibc.doi.gov or by phone at 571-560-6810.
    FTG257 Missile Field 2 Power Redundancy, Fort Greely, Alaska
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking proposals from qualified small businesses for the FTG257 Missile Field 2 Power Redundancy project at Fort Greely, Alaska. The objective of this procurement is to enhance electrical power reliability by installing Automatic Transfer Switches and distribution panels, transitioning the existing switchgear configuration to improve operational efficiency. This project is critical for maintaining the infrastructure of missile system facilities, ensuring robust power supply for military operations. The estimated contract value ranges from $1,000,000 to $5,000,000, with a performance period of approximately 630 calendar days starting around May 9, 2025. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the formal solicitation expected to be available for download on or about February 19, 2025. For further inquiries, contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Buyer not available
    The Department of Defense, through 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 project cost ranging from $1 million to $5 million and a performance period of approximately 540 calendar days starting from 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. For further inquiries, contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil.
    DINO: GRD WATER SYSTEM RADIO TRANSMISSION
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting bids for a federal contract titled "DINO: GRD WATER SYSTEM RADIO TRANSMISSION" aimed at installing and repairing a wireless communication system at Dinosaur National Park. The project involves the installation of a Motorola R56 Standard wireless receiver and transmitter, along with a solar power system, to facilitate reliable communication between the Green River District pumphouse and water storage tanks, thereby enhancing water supply monitoring. This initiative underscores the NPS's commitment to improving infrastructure while promoting small business engagement, as the solicitation is designated as a total small business set-aside. Interested contractors must submit their offers by 8:00 AM on February 14, 2025, and are required to comply with federal acquisition regulations, including registration with the System for Award Management (SAM). For further inquiries, contractors can contact Kiara Stewart at kiarastewart@nps.gov.
    Electrical Services, IDIQ Mountain Home Project Office
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for electrical services at the Mountain Home Project Office in Arkansas. This contract, designated as a Total Small Business Set-Aside, requires contractors to provide electrical maintenance services from December 2025 through November 2029, with a minimum guarantee of $2,500 for the base period. The services are critical for maintaining operational efficiency and safety at the facility, and the contract will be awarded based on a Best Value evaluation, emphasizing performance and qualifications over price. Interested contractors must submit their quotes by February 11, 2024, at 10:00 a.m. CST, and are required to attend a mandatory site visit on January 23, 2025. For further inquiries, potential bidders can contact Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.
    Umiat Runway Snow Removal FY25 - Sole Source
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Alaska State Office, is soliciting proposals for snow removal services at the Umiat Runway and Camp, with a focus on ensuring accessibility for critical field operations. The contract is a sole-source requirement directed to UIC UMIAQ LLC, which holds the lease for the airstrip and possesses the necessary equipment and expertise to clear a 5,583 x 100-foot runway, adjacent apron, and roadways by May 1, 2025. This project is vital for maintaining operational readiness in a remote location, facilitating essential summer fieldwork. Interested contractors must submit their quotes via email to the primary contact, Kristina Maldonado, by February 5, 2025, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM).
    Y--Town of Coulee Dam Underground Feeders 1, 3, and 4
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is seeking potential contractors for the replacement of underground electrical feeders in the Town of Coulee Dam, Washington, as part of the Columbia Basin Project. The project involves the installation of approximately 16,700 linear feet of new underground feeders, including rock excavation, road restoration, and the installation of safety equipment, with a performance period expected from August to December 2025. This initiative is crucial for enhancing local infrastructure and ensuring a reliable power supply to the community while adhering to safety standards. Interested contractors must respond by February 28, 2025, and direct all inquiries to Bernard O'Brien at bobrien@usbr.gov, with the estimated project cost exceeding $10 million.
    JBE088 JOINT INTEGRATED TEST AND TRAINING CENTER
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of the Joint Integrated Test and Training Center (JITTC) at Joint Base Elmendorf-Richardson (JBER), Alaska. The project aims to develop a 149,913 gross square-foot facility that will include various simulation and operational spaces, utilities, and site improvements, with an estimated contract value ranging from $250 million to $500 million. This initiative is crucial for enhancing the Army's operational capabilities and commitment to sustainable construction practices. Interested contractors should contact Tammy Davis at tammy.davis@usace.army.mil or Michelle Mandel at MICHELLE.R.MANDEL@USACE.ARMY.MIL, and note that proposals are due by February 18, 2025, at 2:00 PM Alaska Time, following a scheduled site visit on January 17, 2025.
    Z--Grand Coulee Right Powerplant, GSU Transformer Replacements, Columbia Basin Pro
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the Grand Coulee Right Powerplant Generator Step-Up (GSU) Transformer Replacements project in Washington. The primary objectives include the removal and disposal of three existing GSU transformers, followed by the supply, installation, and commissioning of new transformers, with an estimated project budget exceeding $10 million. This initiative is crucial for maintaining and upgrading the infrastructure of the Columbia Basin Project, ensuring continued power generation capabilities while adhering to safety and environmental standards. Interested firms must submit their qualifications and relevant experience by February 11, 2025, to Lance Fleming at lfleming@usbr.gov, as the anticipated contract award is planned for FY2026.
    Z--NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Bureau of Land Management (BLM) is preparing to issue a solicitation for the modification of the Emergency Power system at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project aims to enhance the existing 600Kw Emergency generator capacity to include a Standby Power function, ensuring that essential infrastructure can remain operational during utility power outages, thereby safeguarding the health and safety of occupants in the National Interagency Coordination Center (NICC) Dispatch Center suite area. This construction effort is critical for maintaining operational readiness during fire operations and will be conducted under a Total Small Business Set-Aside competitive solicitation, with an anticipated contract value between $250,000 and $500,000. Interested contractors should monitor www.sam.gov for the solicitation release, expected around February 2025, and are encouraged to attend a site visit to fully understand the project requirements.