Repair Water Well Elecrical System
ID: 140FC124R0053Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 1Falls Church, VA, 22041, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF SEWAGE AND WASTE FACILITIES (Z2ND)
Timeline
    Description

    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting bids for the replacement of the electrical system at the Uvalde National Fish Hatchery in Texas. The project involves replacing an existing generator and Automatic Transfer Switch (ATS), along with rewiring the electrical distribution system to enhance operational flexibility between two water wells. This upgrade is crucial for ensuring reliable emergency power supply, reflecting the government's commitment to maintaining essential infrastructure. Interested contractors must submit their proposals electronically by July 26, 2024, with the performance period set from August 5, 2024, to September 30, 2024. For further inquiries, contact Ray Fletcher at Ray_Fletcher@fws.gov or call 505-248-6443.

    Point(s) of Contact
    Files
    Title
    Posted
    The Uvalde National Fish Hatchery is initiating a project to replace its outdated electric standby generator and automatic transfer switch (ATS) system, originally installed in the mid-1990s. The upgrade entails replacing the existing inoperable ATS and generator, installing a new fused manual selector switch, and rewiring the electrical distribution system to allow for operational flexibility between two water wells. The project requires compliance with the 2020 National Electric Code, operational testing, staff training, and warranty provisions for new equipment. Contractors must conduct a site visit before submitting quotes and are responsible for protecting existing property and vegetation during execution. Specific submission requirements detail the technical specifications for the generator, ATS, and selector switch, including operational ratings and warranty provisions. Additionally, strict protocols for work execution, safety plans, and project inspections are outlined, emphasizing quality assurance and compliance with regulations. The final project closeout requires providing operational manuals and warranties to ensure the hatchery staff is adequately trained on the new systems. This update aims to enhance the hatchery's operational reliability and efficiency during power outages, reflecting the government's continuous investment in infrastructure maintenance.
    The document outlines wage determinations related to construction projects in Texas, specifically within Starr, Uvalde, Willacy, Zapata, and Zavala Counties. It highlights the applicability of the Davis-Bacon Act, which mandates payment of minimum wage rates to workers. Notably, contracts awarded or renewed after January 30, 2022, must adhere to Executive Order 14026, requiring a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, are governed by Executive Order 13658, with a minimum wage of $12.90. The document lists specific wage rates for various construction classifications, such as asbestos workers, boilermakers, and ironworkers. It emphasizes that contractors must comply with these wage rates and provides details on the process for appealing wage determinations. By outlining the minimum wage and worker protection requirements, the document serves to ensure fair compensation in government contracts and supports compliance with labor standards within construction projects, particularly those funded by federal and state sources. This framework is essential for maintaining labor rights and economic fairness in public contracting.
    This document outlines the price sheet for the Generator/ATS Replacement Project in Uvalde County, Texas, as part of a federal RFP. It includes a list of bid items needed for the project, with quantities and costs specified. Key components of the project include mobilization and demobilization, installation of Automatic Transfer Switches (ATS), generator installation, well selector switch modifications, wiring updates, and performance checks. Each item is summarized with a line item cost, including a section dedicated to contractor overhead, indirect costs, and profit percentages leading to the total contract proposal price. The purpose of this file is to inform bidders of the necessary components and their associated costs for an accurate and competitive proposal submission as part of the procurement process. The structured price sheet is critical for determining the overall budget and ensuring transparency in the bidding process.
    The document serves as a Request for Quotation (RFQ) for a Firm Fixed Price Construction contract, emphasizing small business participation. It outlines submission requirements, evaluation criteria, and specific clauses impacting contract execution. Key sections cover project specifications, including project delivery timeline (60 days post-award), packaging and marking guidelines, and inspection protocols. The contract mandates compliance with environmental regulations, including those related to hazardous materials and waste management. Pricing must be detailed and submitted electronically via the U.S. Treasury's Invoice Processing Platform. The proposal evaluation follows a Lowest-Price Technically Acceptable (LPTA) approach, assessing both price and past performance history. Contractors are required to document relevant experience through previous projects and demonstrate compliance with minority and female employment goals. Additionally, clauses regarding safety, insurance requirements, and procurement preferences for domestic materials are specified. The inclusion of regulations ensures that environmental, historical, and labor standards are upheld in the execution of the contract. Overall, the RFQ framework integrates rigorous compliance and evaluation mechanisms to ensure a fair and effective contracting process in federal construction projects.
    The document outlines a project proposal for the replacement and upgrade of the emergency electrical system at the Uvalde National Fish Hatchery, overseen by the U.S. Fish and Wildlife Service. The project includes replacing an existing 125KW electric generator and a 225 AMP automatic transfer switch (ATS) with equivalent new equipment. It involves installing a new manual selection switch to operate either the Spurgeon or Wilson well, ensuring that both cannot run simultaneously. The project mandates rewiring, utilizing copper, THWN-2 conductors suitable for high temperatures, and requires operational testing of the new system for performance validation. Critical components like the new equipment layout and connections to existing systems are detailed, highlighting required conductor sizes, conduit specifications, and grounding methods. The proposal stresses compliance with electrical standards and the necessity of a robust power supply for optimal operational functionality. Overall, this initiative reflects the federal commitment to ensuring reliable emergency power for essential resources at the hatchery.
    The document pertains to an amendment (140FC124R0053) of a solicitation related to federal contracting, specifically addressing modifications to an ongoing solicitation. The key purpose of this amendment is to add additional drawing attachments (Attachments-5) and extend the deadline for submitting offers to July 26, 2024, at 0900 MD time. It clarifies that any acknowledgment of the amendment must be submitted alongside offers, with options for electronic communication permitted as long as reference to the solicitation and amendment numbers is included. Additionally, the period of performance for the associated contract is set to commence on August 5, 2024, concluding on September 30, 2024. The document emphasizes the importance of adhering to the specified requirements for acknowledgment to avoid potential rejection of offers. Overall, this amendment aims to ensure participants are fully informed and compliant with updated solicitation requirements, demonstrating typical procedural modifications in federal contracting processes.
    This document is an amendment to a federal solicitation (No. 140FC124R0053) issued by the Division of Contract & General Services. The amendment primarily extends the closing date for offers to August 21, 2024, at 0900 MD time. Additionally, it establishes the period of performance for the contract from August 5, 2024, to September 30, 2024. The document outlines the requirements for acknowledging the receipt of the amendment, with options including submitting copies of the amendment, acknowledging it on offer copies, or providing separate communication referencing the amendment. It emphasizes the importance of timely acknowledgment to prevent rejection of offers. The document adheres to federal regulations under FAR 43.103(b) concerning solicitation modifications. No other changes to the terms or conditions of the original solicitation are included. The amendment falls under standard procedures for modifying federal contracts and is critical for maintaining compliance and ensuring contractors are informed of new deadlines. Overall, it reflects the federal government’s efforts to manage procurement processes effectively while providing contractors with necessary updates.
    The document outlines an amendment to a federal solicitation concerning the extension of a contract's closing date to September 9, 2024, with specific reference to a generator and Automatic Transfer Switch (ATS). The period of performance for the main project is stated to span from August 5, 2024, to September 30, 2024, while the generator and ATS segment will be performed from August 5, 2024, to November 15, 2024. The amendment emphasizes the necessity for contractors to acknowledge receipt of the amendment through specified methods to avoid the rejection of their offers. Additionally, it mentions that no other changes were made other than the date extension. This document fits into the context of government RFPs, emphasizing compliance and procedural clarity in contract modifications to ensure all parties are informed of the latest developments.
    The document is a solicitation for bids related to a construction project issued by the Federal Government, specifically the U.S. Fish and Wildlife Service. It outlines the need for interested contractors to submit sealed bids for a project specified in the provided Statement of Work (SOW), along with relevant wage rates and evaluation factors. The key contact for submissions is Contracting Officer Ray A. Fletcher, whose contact details are provided, along with a list of supporting individuals for site visit queries. The proposals must be submitted electronically by July 23, 2024, with the expected performance start date being shortly after the award and lasting until September 30, 2024. The document emphasizes the necessity of performance and payment bonds and mandates that bids be made in compliance with the solicitation requirements. The project specifically entails the delivery of a generator and Automatic Transfer Switch (ATS) for the Uvalde National Fish Hatchery in Texas. Overall, the document serves as an invitation for contractors to participate in fulfilling federal construction requirements while adhering to specified timelines and regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Moore Air Base Building 6414 Electrical Upgrades - Phase 1
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Animal and Plant Health Inspection Service (APHIS), is soliciting bids for the "Moore Air Base Building 6414 Electrical Upgrades - Phase 1" project located in Edinburg, Texas. This project involves the replacement of outdated electrical distribution systems, including a new service transformer, exterior main switchboard, and transfer switch, due to significant corrosion and water damage in the existing equipment. The upgrades are critical for ensuring the operational efficiency and safety of the facility's electrical infrastructure, which is essential for the USDA's ongoing activities. Interested small business contractors must submit their proposals by the specified deadline, with the project estimated to cost between $250,000 and $500,000, and a completion timeline of 120 days post-award. For further inquiries, potential bidders can contact Jim Roloff at james.g.roloff@usda.gov or by phone at 612-590-7603.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of Generator Step-Up (GSU) transformers at three power plants within the Trinity River Division of California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is critical for modernizing the electrical infrastructure and maintaining reliable power generation, with an estimated contract value ranging from $35 million to $50 million. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Matthew Thomas at mthomas@usbr.gov or by phone at 916-978-5117.
    Moore Air Base Building 6414 Electrical Upgrades - Phase 1
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Animal and Plant Health Inspection Service (APHIS), is seeking qualified electrical contractors for the Moore Air Base Building 6414 Electrical Upgrades - Phase 1 project located in Edinburg, Texas. This project involves the replacement of the existing electrical distribution system, including a new service transformer, exterior main switchboard, and transfer switch, as the current equipment has exceeded its rated life and shows signs of damage. The overall project is critical for ensuring the facility's electrical infrastructure is safe and reliable, with an estimated contract value between $250,000 and $500,000, set aside exclusively for small businesses under the NAICS code 238210. Interested parties should monitor the procurement site for the solicitation, expected to be posted around January 30, 2024, and may direct inquiries to Jim Roloff at james.g.roloff@usda.gov or by phone at 612-590-7603.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    Z--WY-BOYSEN PP G1 AND G2 GENERATOR REWINDS
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Boysen Powerplant Modernization Project, specifically focusing on the rewinding of generators G1 and G2 in Wyoming. The project entails significant maintenance work, including the removal and installation of windings and stator cores, as well as asbestos abatement, with a total estimated budget exceeding $10 million and a performance period from November 15, 2024, to November 14, 2028. This initiative is crucial for maintaining the operational efficiency and safety of hydroelectric facilities, reflecting the federal government's commitment to infrastructure modernization and environmental compliance. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Mitchell Frost at mfrost@usbr.gov.
    61--Transformers and Installation IAW SOW and Drawings
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide and install transformers at its Hydrologic Instrumentation Facility in Tuscaloosa, Alabama. The procurement involves delivering two transformers with specific electrical characteristics, including a primary input voltage of 480 VAC and a KVA rating of 30, along with installation services that comply with safety and operational standards. This project is crucial for supporting the facility's operational capabilities, particularly for new CNC machines, and emphasizes adherence to environmental and OSHA regulations. Interested small businesses must submit their quotes by September 19, 2024, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov.
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and installation of Generator Step-Up (GSU) transformers at the Wolf Creek Power Plant in Jamestown, Kentucky. This procurement involves a firm-fixed-price hybrid supply-construction contract for the design, manufacture, and delivery of three high-capacity power transformers, along with associated installation services. The project is critical for enhancing the power distribution capabilities of the facility and ensuring compliance with updated technical specifications and safety standards. Proposals are due by December 4, 2024, at 2:00 PM Central Time, and interested parties can direct inquiries to Alison Abernathy at alison.t.abernathy@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil. The estimated contract value ranges between $25 million and $100 million, with evaluations based on multiple factors including past performance and technical approach.
    TX FW TECH MULTI (1), Various Routes & Parking
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the reconstruction and improvement of approximately 16.4 miles of roadways within the Texas Chenier Plain Wildlife Refuge Complex, specifically targeting areas affected by Hurricane Harvey. The project aims to enhance existing asphalt surfaces, improve drainage, and maintain parking areas, ensuring compliance with federal and state regulations while supporting coastal migratory bird habitats. The estimated contract value ranges between $5 million and $10 million, with a non-mandatory pre-bid meeting scheduled for August 28, 2024, at the Anahuac National Wildlife Refuge Visitor Center. Interested contractors should contact Doug Whitcomb or Ryan Phillips via email for further details and to confirm attendance at the pre-bid meeting.