RESTORE ELEC. POWER TO COAL CREEK CAMP
ID: 140P9725R0005Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting bids for the restoration of the electrical power distribution system at Coal Creek Camp in Alaska, following damage caused by a fire in 2024. The project involves the demolition of existing electrical infrastructure, installation of a new power pole, and the creation of an underground electrical system, all aimed at enhancing service reliability and compliance with safety regulations. This initiative is critical for maintaining utility services in remote areas and ensuring the safety of park facilities. Interested contractors must submit sealed proposals by July 22, 2025, with the contract period running from July 25, 2025, to August 31, 2026. For further inquiries, potential bidders can contact Tyler Groves at tyler_groves@nps.gov or by phone at 907-202-0274.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service is seeking to replace the overhead power distribution system at Coal Creek Camp in the Yukon-Charley Rivers National Preserve, Alaska. This project follows the destruction caused by a fire in 2024 that resulted in the loss of critical infrastructure, including Power Pole P4. The contract involves tasks such as the demolition of damaged electrical lines, installation of a new power pole, and underground electrical cabling connected to a service box. All work must comply with safety regulations, environmental protections, and other operational guidelines specified by the National Park Service. The contractor must employ licensed electricians, ensure minimal disturbance to the site, and manage waste responsibly. Given the remote location, the contractor should prepare for logistics challenges, including limited water and power resources, while adhering to strict environmental protocols. The project completion deadline is set for August 31, 2026, and requires regular documentation of the work progress and adherence to safety measures. This undertaking highlights the ongoing commitment of the National Park Service to maintain utility services in remote areas following unforeseen events, ensuring safety and compliance with all applicable codes and standards.
    The document outlines a project for microgrid upgrades at Coal Creek in Alaska Parks following damage by fire. It details demolition of overhead electrical distribution lines, the installation of an underground electric line, and the construction of new infrastructure, including a guyed power pole and service box. The service box will provide access to temporary service, circuits for the incinerator, and a portable generator inlet, ensuring safe power isolation between the photovoltaic system and the generator. New distribution lines, including surge protection and grounding rods, will be integrated into the system design, adhering to NEC standards. Overall, the initiative aims to restore and enhance the electrical infrastructure, ensuring compliance and improved service reliability for the affected park facilities.
    The document outlines wage determinations applicable to building and heavy construction projects in Alaska, effective May 16, 2025. It specifies labor classifications, wage rates, and fringe benefits dictated by the Davis-Bacon Act and related Executive Orders. Key points include the minimum wage stipulations based on contract dates; for contracts initiated on or after January 30, 2022, the rate is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a rate of at least $13.30 per hour. Various labor classifications are enumerated, detailing hourly rates and fringe benefits for specific trades such as electricians, welders, and laborers, with notes on conditions like depth pay for divers. The document also describes processes for appealing wage determinations and specifies additional protections for workers under Executive Orders, including paid sick leave provisions. This compilation is crucial for ensuring compliance in federally funded construction projects and reflects federal labor standards in wage determination and worker protection.
    The document is an amendment to Request for Proposals (RFP) 140P9725R0005, issued by the National Park Service, which modifies the original solicitation. Key changes include an extension of the response deadline to July 15, 2025, at 1700 Alaska Daylight Time, and a new performance period from July 21, 2025, to August 31, 2026. The document specifies that offers must acknowledge receipt of this amendment to avoid rejection, and it delineates the methods for submitting changes or confirmations related to proposals. The main purpose of the amendment is to update potential contractors about critical timelines and ensure compliance with procedural requirements. Contact information for the point of contact (POC), Tyler Groves, is provided for additional queries, as well as site visit arrangements through another park POC, Chad Billock. The overall tone remains formal and instructive, maintaining all prior contractual terms unless explicitly altered by this amendment.
    The document outlines an amendment to RFP number 140P9725R0005, associated with a project requiring contractor engagement. It specifies that acknowledgment of the amendment must be received by the designated place before the deadline to avoid offer rejection. The amendment introduces new questions and answers regarding logistical operations, work schedules, and technical specifications for project execution pertaining to equipment transportation and incineration circuit modifications. Key questions address the use of roads as access routes for project work, flexibility in work schedules, and technical inquiries regarding installation specifications. The point of contact for scheduling site visits is provided, along with the project’s period of performance spanning from July 21, 2025, to August 31, 2026. Overall, the amendment clarifies project details while indicating that all other terms remain unchanged.
    The document is an amendment to solicitation RFP 140P9725R0005, issued by the National Park Service's Alaska Regional Office. Its primary purpose is to inform contractors about changes in the submission timeline and performance period. The deadline for submitting quotes has been extended to 5 PM Alaska Standard Time on July 22, 2025, and the start date for the performance period has been adjusted to July 25, 2025. The amendment highlights the importance of acknowledging receipt of this amendment to avoid the potential rejection of offers and clarifies that all other terms and conditions of the original solicitation remain unchanged. The point of contact for further information is Tyler Groves, with additional contact details provided for a site visit. This amendment facilitates continued engagement from vendors by providing clear, updated timelines and instructions relevant to the quote submission process within federal procurement procedures.
    The document is an amendment to Request for Proposal (RFP) number 140P9725R0005, issued by the National Park Service (NPS) for services at the Gates of the Arctic National Park and Yukon-Charley Rivers National Preserve. The amendment outlines procedures for acknowledgment of the amendment by prospective contractors, indicating that offers must be received by a specified deadline to avoid rejection. The amendment includes an updated Statement of Work and confirms that all other terms and conditions of the original solicitation remain unchanged. The period of performance for the awarded contract is from July 25, 2025, to August 31, 2026. Contact points for queries and site visit scheduling are provided, including primary contact Tyler Groves and facility manager Chad Billock. This document exemplifies typical administrative modifications that occur in federal RFP processes, reinforcing compliance and clarity for bid submissions.
    The National Park Service (NPS) solicits bids for the restoration of the electrical power distribution system at Coal Creek Camp, Alaska. This procurement falls under a firm fixed-price construction contract, aiming for work completion by August 31, 2026. Interested contractors are required to submit sealed proposals, detailing pricing and demonstrating technical expertise by providing documentation of past projects of similar scope and size. The solicitation emphasizes compliance with federal guidelines, including the Buy American Act, and mandates that bidders be registered in the System for Award Management (SAM). Respondents must follow strict submission guidelines and may not engage with government personnel outside designated contacts. Evaluation for contract award will be based on the best value to the government, considering price, technical capability, and relevant prior experience. The project magnitude is estimated between $25,000 and $100,000, and participation is provided as a total small business set-aside. Overall, the RFP underscores the NPS's commitment to improving facilities while ensuring adherence to federal procurement regulations.
    The National Park Service's Statement of Work outlines the replacement of the overhead power distribution system at Coal Creek Camp within the Yukon-Charley Rivers National Preserve, Alaska, necessitated by the destruction of key facilities due to a fire in 2024. The contractor’s responsibilities include demolishing remnants of the previous electrical distribution, installing a new power pole, creating an underground junction box, and running new underground distribution cables. Additionally, they are tasked with setting up an overhead distribution line connecting to the Recreation Building. Safety measures, environmental protections, and compliance with local regulations are highlighted throughout the document, emphasizing the contractor's obligation to conduct operations with minimal impact on park visitors and wildlife. The project must be completed by August 31, 2026, in alignment with seasonal operations, and includes provisions for accident prevention and contractor supervision. The structure of the document includes sections detailing specifications, general requirements, existing utilities, contractor premises usage, and detailed prerequisites for safety and environmental considerations, ensuring a comprehensive approach to the electrical work at the site. This document plays a vital role in government contracting processes by providing clear guidelines on expectations, performance standards, and regulatory compliance essential for successful project execution in federally managed areas.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Buyer not available
    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.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through 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 in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    FTG267 R and C 80KVA UPS Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors 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 crucial for ensuring reliable power supply and operational readiness within the facility. The procurement is set aside for small businesses under the SBA guidelines, and interested parties must request a copy of the solicitation and any amendments by contacting Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil. For further inquiries, Brittney Morrison can also be reached at 907-753-2894.