Dunseith North Dakota LPOE Emergency Generator Replacement
ID: 47PJ0025R0048Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R8 ACQUISITION MANAGEMENT DIVISIONLAKEWOOD, CO, 80225, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 9:00 PM UTC
Description

The General Services Administration (GSA) is soliciting proposals for the replacement of an emergency generator at the Dunseith Land Port of Entry (LPOE) in North Dakota. The project aims to replace the existing non-functional 25KW generator with a new propane-capable unit, ensuring operational resilience at this critical border entry point. The contract, estimated to be valued between $25,000 and $100,000, requires completion within 70 calendar days from the notice to proceed, with a bid submission deadline of April 9, 2025. Interested small business contractors can obtain the solicitation documents at no charge from the System for Award Management website and should direct inquiries to Cody Lee or Jesse Johnson via the provided contact information.

Files
Title
Posted
Apr 8, 2025, 5:05 PM UTC
The VENDOR FITNESS DETERMINATION TRAINING MANUAL outlines the process for completing background investigations in compliance with Homeland Security Presidential Directive 12 (HSPD-12). It provides guidance for General Services Administration (GSA) prime vendor points of contact (POCs) and contractors on the fitness determination necessary for access to federal facilities and IT systems. The manual categorizes contractors into long-term and short-term based on the duration of their contracts and details the types of background checks required, including Special Agreement Checks (SAC) for short-term contractors and Tier 1 or Higher investigations for long-term contractors. It also describes roles and responsibilities for various stakeholders, including Zonal Help Desk teams, who are tasked with processing fitness determinations across different geographic zones. The document emphasizes the importance of accurate documentation throughout the process as common errors can lead to delays or unfit determinations. Detailed instructions for submitting required forms electronically, including the CIW (Contractor Information Worksheet), OF 306, and GSA 3665, are included. This manual serves to ensure compliance and enhance security for contractors working on GSA contracts, thus facilitating a safer environment for federal operations.
Apr 8, 2025, 5:05 PM UTC
The GSA Solicitation No. 47PJ0025P0048 outlines a project for the replacement of an emergency generator at the Dunseith Land Port of Entry in North Dakota, as the existing 25KW generator is deemed non-functional. The contract encompasses various documents including agreements, statements of work, and specifications dictating contractor responsibilities, including labor, material provision, and compliance with building codes and safety standards. Key project objectives involve the installation of a propane-capable generator within proximity to the building and decommissioning of the outdated equipment. The contractor is mandated to complete the project within 70 calendar days from notice to proceed, including necessary badging procedures for security access. The solicitation details expectations around safety, environmental management, and regular updates on project progress. Liquidated damages, pricing proposals, and other contractual obligations are equally emphasized, ensuring comprehensive compliance and project deliverability. This solicitation represents a vital step toward maintaining operational resilience at a critical border entry point by ensuring emergency power continuity.
Apr 8, 2025, 5:05 PM UTC
This document addresses the installation and placement of a new 25KW generator at the Dunseith Land Port of Entry (LPOE). Key points include the need for confirmation of equipment use, specifically a skid steer for generator placement, which is dependent on agreements between the maintenance company and GSA. The preferred location for the generator is identified as a concrete pad in the far west parking spot on the north side of the building, noting potential flooding risks and the necessity to secure the unit as per manufacturer specifications. Further details involve ensuring the generator is at least 5 feet from windows and doors, managing conduit access through a basement window, and the absence of drawings or attachments for the proposed work. Clarifying logistical requirements, the document states that no new paving or removal of current installations is necessary for gas or power lines, and surface mounting is acceptable. The project has a completion timeline of 70 days, with provisions for time extensions due to generator procurement delays. It outlines that no asbestos survey or removal of existing equipment is required. Overall, this document is part of the larger process involved with federal RFPs, likely focused on enhancing the infrastructure and operational capabilities of government facilities.
Apr 8, 2025, 5:05 PM UTC
The document outlines a federal solicitation for the replacement of an emergency generator at the Dunseith Land Port of Entry in North Dakota. It provides essential details about the solicitation process, requiring potential contractors to submit sealed bids by April 9, 2025. The performance period is defined, with a commencement date of April 1, 2025, and expected completion by June 10, 2025. The contractor must furnish performance and payment bonds and acknowledge any amendments to the solicitation. The type of solicitation is a sealed bid, indicating the competitive process for contract awards. The scope of work includes the removal and replacement of the existing malfunctioning 25KW generator, a critical component for ensuring operational functionality during emergencies. The document specifies contact information for inquiries and includes specific requirements for bid submission, emphasizing compliance with government standards and regulations. Overall, this solicitation exemplifies the government's initiative to maintain essential infrastructure services through systematic procurement processes.
Apr 8, 2025, 5:05 PM UTC
The document outlines an amendment to solicitation 47PJ0025R0048 related to a federal procurement process. The amendment necessitates that contractors acknowledge receipt by specified means, or their offers may be rejected. Key updates include the corrections in the submission email address for offers and the extension of the offer deadline to April 15th at 4:00 PM CST. Additionally, it includes the formal posting of RFI questions and answers related to the solicitation. Contractors may modify their previously submitted offers by submitting updates electronically, referencing the solicitation and amendment numbers. It is crucial for bids to adhere to the outlined submission protocols to avoid rejection. Furthermore, the document presents a structured modification format, detailing contractual elements such as the effective date, modification number, and required acknowledgments, maintaining compliance with federal regulations. This amendment reinforces the government's commitment to a transparent and organized procurement process by facilitating communication and clarifying submission instructions.
Apr 8, 2025, 5:05 PM UTC
The document outlines Universal Scope Requirements for federal construction projects guided by the Public Buildings Service's PBS-P100 standards. It details essential components such as safety and health protocols, environmental sustainability, building systems integration, historical preservation, energy design, and compliance with the National Environmental Policy Act (NEPA). Key mandates include comprehensive safety programs, asbestos and lead management protocols, commissioning procedures for building systems, and sustainable purchasing guidelines. Accessibility standards and indoor air quality management are addressed, ensuring inclusivity and health protection. Additionally, the document emphasizes responsible waste diversion methods and mandates water-efficient and pollinator-friendly landscaping practices. Each section reflects the necessity for regulatory compliance and aligns with the government’s commitment to sustainability and safety in federal projects, serving as a robust guide for contractors in executing projects that meet federal standards. The requirements strive to ensure quality, efficiency, and environmental stewardship across all construction endeavors.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Porthill Land Port of Entry (LPOE) Modernization Project - Design - Build Construction
Buyer not available
The General Services Administration (GSA) is seeking qualified construction firms to provide Design-Build (D-B) services for the modernization of the Porthill Land Port of Entry (LPOE) in Bonners Ferry, Idaho. The project aims to expand and modernize the existing LPOE facility, which is over 55 years old, to enhance operational efficiency and accommodate modern inspection technologies, including the construction of a new main building, additional inspection lanes, and security enhancements. This project is significant as it will improve traffic flow and operational capabilities at a key border crossing between the United States and Canada, with an estimated construction value exceeding $50 million. Interested firms must submit their capabilities statements by April 25, 2025, to Christie VandenDries at christie.vandendries@gsa.gov, referencing “D-B – Porthill LPOE” in the subject line.
Asphalt Repair and Replacement
Buyer not available
The General Services Administration (GSA) is seeking qualified contractors for asphalt repair and replacement at the Van Buren Land Port of Entry in Maine. The project involves repairing and replacing inbound and outbound lanes, along with minor curb and sidewalk repairs, with a construction cost estimated between $200,000 and $600,000. This procurement is crucial for maintaining the functionality and safety of a key federal infrastructure site, ensuring compliance with federal standards and regulations. Interested contractors must submit their proposals by April 18, 2025, at 4:00 PM Eastern Time, and can direct inquiries to the contracting officer, Johanna Nieves, at johanna.nieves@gsa.gov or by phone at 312-353-7659.
Propane Gas Fueled Generator
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a propane gas fueled generator set through a Combined Synopsis/Solicitation. The procurement aims to fulfill specific technical requirements outlined in the attached solicitation, with a focus on providing reliable power generation capabilities. This generator is crucial for various military operations, ensuring that essential equipment remains operational in diverse environments. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that a site visit is scheduled for April 16, 2025, at Fort Hunter Liggett, CA, with questions accepted until April 23, 2025, and proposals due by April 30, 2025. For further inquiries, contact Dustin Robertson at dustin.t.robertson4.civ@army.mil or call 502-898-1255.
Nitrogen Generator and Dry Pipe Replacement
Buyer not available
The General Services Administration (GSA) is soliciting proposals for the replacement of the nitrogen generator and dry pipe system at the Joseph P. Kinneary Courthouse in Columbus, Ohio. This project involves comprehensive construction services, including the replacement of an air compressor, fire suppression dry piping, lead paint remediation, and asbestos abatement, with an estimated project cost between $1 million and $5 million. The GSA emphasizes the importance of site visits and encourages small business contractors to participate in a pre-proposal site visit scheduled for April 8, 2025, at 1:30 PM EDT, with pre-registration required. Interested parties must submit their proposals by April 15, 2025, and can contact Stephanie Mathless at stephanie.mathless@gsa.gov or Rhonda Booker at Rhonda.Booker@gsa.gov for further inquiries.
GSU Transformer Supply, Oahe Dam, SD & Ft Peck Dam, MT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is preparing to solicit bids for the supply of generator step-up (GSU) transformers for the Oahe Dam in South Dakota and the Fort Peck Dam in Montana. The procurement includes the design and manufacturing of a total of 12 new GSU transformers, along with ancillary components, factory acceptance testing, and delivery to the respective power plants, where final acceptance testing and commissioning will be conducted by a separate installation contractor. This project is critical for maintaining the operational efficiency of the power generation facilities at both dams. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued around April 7, 2025, with a closing date around June 12, 2025. For further inquiries, contact Brandie Murphy at Brandie.L.Stallsworth@usace.army.mil or Marc Proietto at marc.proietto@usace.army.mil.
Generator Replacement Services
Buyer not available
The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. This procurement aims to secure a contractor to manage the replacement of main building generators and associated equipment, ensuring compliance with federal regulations and safety standards. The project is critical for maintaining reliable power systems for approximately 600 retired military personnel residing at the facility. Interested small businesses must submit their electronic proposals by May 2, 2025, and direct any inquiries to purchasing@fiscal.treasury.gov or kaity.eaton@fiscal.treasury.gov by February 21, 2025.
CONSTRUCTION SERVICES FOR MULITPLE NEW LAND PORT OF ENTRY
Buyer not available
The General Services Administration (GSA) is seeking qualified construction contractors to provide services for multiple new Land Ports of Entry (LPOE) projects located in Vermont and Maine. The projects involve the renovation and modernization of existing facilities at five specific locations: Alburg Springs, Beebe Plain, Calais Ferry Point, Norton, and Richford, with the aim of enhancing security, improving traffic flow, and ensuring compliance with Customs and Border Protection requirements. The expected construction durations range from 12 to 36 months, with estimated project costs varying from $5 million to $50 million depending on the location. Interested firms must demonstrate relevant experience and meet specific criteria, with submissions due by April 21, 2025. For further inquiries, interested parties can contact Carolyn Weekes at carolyn.weekes@gsa.gov or Michele Valenza at michele.valenza@gsa.gov.
Emergency Back Up Generators Redmond Air Center
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the rental of a portable diesel generator to provide emergency backup power to the Redmond Air Center Air Tanker Base during the 2025 fire season. The procurement requires a 350 KW, 480v, three-phase generator, along with delivery, maintenance, and fuel provisions, with a potential contract extension of four weeks beyond the initial 21-week rental period. This initiative is crucial for ensuring operational readiness during fire emergencies, reflecting the government's commitment to preparedness and compliance with federal procurement standards. Interested vendors must submit their offers by April 17, 2025, and are encouraged to contact Michael J. Lucas at michael.j.lucas@usda.gov or 406-370-3245 for further details.
61--GICL PURCHASE & INSTALL GENERATOR
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the purchase and installation of a generator at Gila Cliff Dwellings in New Mexico. The procurement aims to ensure reliable power supply for the site, adhering to Federal Acquisition Regulations and emphasizing compliance with environmental efficiency standards. This project is significant for maintaining operational capabilities within the National Park, with a performance timeline set from May 12, 2025, to August 1, 2025. Interested contractors should direct inquiries to Oliver Green and ensure their proposals are submitted by the specified deadline to be considered for this opportunity.
Land Port of Entry Facility Expansion and Modernization Trout River, New York
Buyer not available
The General Services Administration (GSA) is preparing to solicit a qualified General Contractor for the expansion and modernization of the Land Port of Entry facility in Trout River, New York. The project aims to enhance the existing infrastructure to meet updated federal requirements, including the construction of new vehicle inspection facilities and the modernization of the current 7,748 square foot Headhouse, alongside a new 7,600 square foot addition and a 2,300 square foot outbuilding. This procurement is significant for ensuring efficient border operations and will be conducted under the North American Industry Classification System Code 236220, with an estimated contract value between $25 million and $35 million. Interested contractors should note that a full solicitation is anticipated around July 3, 2025, with a Notice to Proceed expected by January 21, 2026, and must contact Lisa Zalar at lisa.zalar@gsa.gov for further information.