Dunseith North Dakota LPOE Emergency Generator Replacement
ID: 47PJ0025R0048Type: Presolicitation
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Construction Manager as Constructor (CMc) Requirement for a New Land Port of Entry (LPOE), Coburn Gore, Maine
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Construction Manager as Constructor (CMc) services for the construction of a new Land Port of Entry (LPOE) in Coburn Gore, Maine, with an estimated project cost between $125 million and $135 million. The selected contractor will be responsible for providing advisory services during the design phase and acting as the general contractor during construction, ensuring compliance with federal standards and sustainability goals. This project is critical for enhancing operational capabilities and security at the border, accommodating increased traffic between the U.S. and Canada. Interested offerors must submit their proposals by January 28, 2026, and can obtain further details by contacting Molly Lewis at Molly.Lewis@gsa.gov or Michele Valenza at michele.valenza@gsa.gov.
    North Calais IA Land Point of Entry Roof Replacement
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for a roof replacement project at the Calais IA Land Port of Entry (LPOE) in Calais, Maine, following severe wind damage to the existing TPO roof. The project entails the complete removal of the damaged roofing materials, including parapet wall components, TPO membrane, Dens Deck, and insulation panels, while ensuring the building remains operational during the process. This procurement is crucial for maintaining the integrity and functionality of the commercial building, with an emphasis on improving drainage and preventing water ponding through the installation of new insulation and roofing materials. Interested firms must be registered in SAM.gov and are encouraged to contact Joseph Spado III at joseph.spado@gsa.gov or 347-225-1193 for further details, as the project is set aside for small businesses and is expected to commence with a site walk once the solicitation is open.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    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.
    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.
    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.
    GSA Fleet Lease Vehicle Auction & Marshalling Services - Bismark, ND
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services, or marshalling-only services, specifically in the Bismarck, ND area. The objective of this Request for Information (RFI) is to gather industry best practices to modernize and streamline GSA's public vehicle sales model, which includes tasks such as advising on vehicle disposition strategies, conducting inspections, managing marketing efforts, and providing customer support throughout the sales process. GSA Fleet manages a diverse fleet of over 227,000 vehicles and sells approximately 30,000 used vehicles annually through auctions, making this procurement critical for maximizing public participation and net proceeds. Interested parties must be located within 50 miles of Bismarck, ND, and are required to submit their responses by December 1, 2025, to Allison Wiede-Brown at allison.wiede-brown@gsa.gov.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.
    61--GENERATOR,ALTERNATI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 97 units of the Generator, Alternating Current (NSN 6115016497114). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can participate in the procurement process. The generators are crucial for various military applications, providing reliable power distribution in operational settings. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quote submission is 138 days after the award date.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.